Search Contract Opportunities

Announcement of Phase 2 participates   2

ID: W912HN-07-R-0101 • Type: Presolicitation

Description

Posted: Sept. 26, 2008, 8:49 a.m. EDT
NOTE: THIS NOTICE IS NOT INTENDED TO SOLICIT INTEREST FROM NEW CONTRACTORS FOR THIS REQUEST FOR PROPOSAL (RFP), BUT TO NOTIFY POTENTIAL SUBCONTRACTORS OF THE PRIME CONTRACTORS SELECTED TO PARTICIPATE IN THE SECOND PHASE OF THIS TWO-PHASE DESIGN BUIL D PROJECT.
Phase 1 has concluded and Offerors have been selected to proceed to Phase 2. The following Offerors are invited to participate in Phase 2:
Watts & Weitz, A JV
735 Bishop Street, Suite 230
Honolulu HI 96813
Fred Thornhill, VP Business Development.
Phone 808-543-5201
Fax 808-543- 5208
Email: fred.thornhill @ watts-con.com
Sundt Construction, Inc.
Mr. Scott Smith
dssmith@sundt.com
480.293.3259
M. A. Mortenson Construction Co.
Bob Shawgo, Chief Estimator (FCG)
Phone 763/522-2100
Fax 763/522-3707
bob.shawgo@mortenson.com
Harper Construction Co., Inc.
David E. Golden, Vice President, Preconstruction
Email: dgolden@harperconstruction.com
Jeffrey A. Harper, President
Email: jharper@harperconstruction.com
Walbridge
777 Woodward Avenue, Suite 300
Detroit, MI 48226
Scott Penrod, Vice President
Phone 313.442.1365
Fax 313.234.0534
Cell 313.580.0081
spenrod@walbridge.com
Balfour Beatty
Chuck Sloma, VP.
214.451.1214 (business)
csloma@balfourbeattyus.com.
Hensel Phelps Construction Co.
Larry Gonda
512.834.9848
lgonda@henselphelps.com
Mark Clarke
512.834.9848
mclarke@henselphelps.com
Phase 2 documents will be issued on or about October 6, 2008. Phase 2 proposals
are due November 20, 2008. Once issued, contractors may view and/or download this solicitation and all amendments from the Internet. In order to download RFP documents contractors and their subcontractors must register at Federal Technical Data System (Fed TeDS) at www.fedteds.gov. In order to locate solicitation Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Offerors can also locate solicitation link at https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitatio ns.cfm?Seldist=SAS. For additional information or assistance, please contact Constance McLamore, Contract Specialist, 912-652-5161 or via email constance.mclamore@usace.army.mil.
Posted: June 4, 2008, 2:39 p.m. EDT
Posted: May 5, 2008, 10:39 a.m. EDT
Posted: April 4, 2008, 12:00 a.m. EDT
Multiple Award Task Order Contract (MATOC) for Construction and/or Design/ Build of Tactical Equipment Maintenance Facility (TEMF) for the Western Regions. The Northwest Region is comprised of the following states (CO, IA, ID, IL, IN, KS, MI, MN, MO, MT, NE, ND, OH, OR, SD, UT, WA, WI, WY), and the Southwest Region is comprised of (AR, AZ, CA, LA, NM, NV, OK & TX) The majority of work is anticipated within CA, CO, LA, MO, NM, OK, KS, TX, and WA. Work may also be performed at other Federal Facilities outside the above-stated geographical boundary on an excepted basis as determined by the Contracting Officer. A Fort Polk, LA TEMF will be the initial project that will be used in the evaluation of PHASE II and the first task order of one of the contracts that will be awarded. This acquisition is being offered for unrestricted competition. The life of the basic contract is for a base period of three years or $450M whichever occurs first. The pool size (number of contracts that may be awarded) is anticipated to range from 3-4 contractors. The pool of contractors which successfully receive an award will share the total contract capacity. The purpose of this procurement is to award a Multiple Award Task Order Contract (MATOC). The type of task orders to be issued shall be for Construction and/or Design/Build Tactical Equipment Maintenance Facility (TEMF). The government is using a two phase design build award process. The magnitude for the initial task order is between $10M and $25M. Task orders issued under this MATOC will be firm-fixed price. The initial task order may include options. Description of work: Task Orders issued under this contract will be for the design and construction, or the construction only, of Tactical Equipment Maintenance Facilities. These facilities will be used for the maintenance, repair, and storage of military tactical vehicles and equipment. The facilities are usually part of an overall complex centered on a vehicle maintenance facility. A major part of most projectswill include extensive concrete hardstand and fencing. Development of the complex may also include all associated site development required including all site planning; clearing; grubbing; grading; installation of utility infrastructure; and, installation of roads, service access, parking, and landscaping. Heating and air conditioning will generally be provided by self-contained units. Comparable projects in the private sector that are similar to the construction contemplated include: heavy equipment maintenance facilities, vehicle fleet service facilities, and jiffy-lubes. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov. After completing CCR, in order to download RFP documents contractors and their subcontractors must register at www.fbo.gov. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate solicitation Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The evaluation factors and their importance is listed below for the initial project: The following evaluation factors for Phase I and level of importance Factor 1-1 CORPORATE RELEVANT SPECIALIZED EXPERIENCE, Factor 1-2 PAST PERFORMANCE, and Factor 1-3 TECHNI CAL APPROACH NARRATIVE. Factor 1-1 is more important than factors 1-2 and 1-3. Factor 1-2: is equal in importance to Factor 1-3 Factors 1-1, 1-2, 1-3, together are equal importance to Factor 2-1. The following are the evaluation factors and level of importance for Phase II: Factor 2-1: DESIGN TECHNICAL This factor is comprised of the following four sub-factors: 2-1-1, Building Function and Aesthetics; 2-1-2, Quality of Building Systems; 2-1-3, Site Design; and, 2-1-4, Sustainable Design. Factor 2-2 PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE. Factor 2-3 SMALL AND SMALL DISADVANTAGED BUSINESS UTILIZATION. Factor 2-1: Equal in importance to all Phase 1 factors combined. Sub-Factor 2-1-1: A most important sub-factor equal in importance to Sub-Factor 2-1-2. Sub-Factor 2-1-2: A most important sub-factor equal in importance to Sub-Factor 2-1-1. Sub-Factor 2-1-3: Slightly less important than Sub-Factors 2-1-1 and 2-1-2. Sub-Factor 2-1-4: Slightly less important than Sub-Factor2-1-3. FACTOR 2-2: Slightly less important than Factor 2-1. FACTOR 2-3: Slightly less important than Factor 2-2. All non-cost factors, when combined, are significantly more important than Price. Award will be made to an Offeror whose technical submittal and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. Phase One for this solicitation will be issued in electronic format only,and will be available on or about 8 May 2008. Note: Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation.

Overview

Response Deadline
Sept. 26, 2009, 1:00 a.m. EDT (original: April 4, 2009, 1:00 a.m. EDT) Past Due
Posted
April 4, 2008, 12:00 a.m. EDT (updated: Feb. 9, 2009, 3:59 p.m. EST)
Set Aside
None
Place of Performance
US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA 31402-0889 US
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
52%
Vehicle Type
Indefinite Delivery Contract
On 4/4/08 USACE Savannah District issued Presolicitation W912HN-07-R-0101 for Announcement of Phase 2 participates due 9/26/09. The opportunity was issued full & open with NAICS 236220 and PSC Y.
Primary Contact
Name
Linda Smulevitz   Profile
Phone
(912) 652-5902

Documents

Posted documents for Presolicitation W912HN-07-R-0101

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HN-07-R-0101

Award Notifications

Agency published notification of awards for Presolicitation W912HN-07-R-0101

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912HN-07-R-0101

Contract Awards

Prime contracts awarded through Presolicitation W912HN-07-R-0101

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HN-07-R-0101

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912HN-07-R-0101

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT SAVANNAH
FPDS Organization Code
2100-W912HN
Source Organization Code
100074192
Last Updated
Nov. 25, 2009
Last Updated By
PI33_DR_IAE_51681
Archive Date
Nov. 25, 2009