Skip to content

SATOC for Ga and SC General Construction or Design-Build

Link to Original FedBizOpps.gov

Solicitation Number: W912HN-14-R-0026

Notice Type: Solicitation

Synopsis:

Added: Aug 19, 2014 11:39 am Modified: Oct 31, 2014 1:16 pmTrack Changes

Single Award Task Order Contract (SATOC) for Lakes and Dams, Two-Phase, Design-Build, General Construction of Lakes and Dams type task orders. Task orders issued under this SATOC can require performance of work within the South Atlantic Division (SAD) Area of Operations (Alabama, Florida, Georgia, Mississippi, North Carolina, and South Carolina). Projects will be anticipated to include work at the Hydropower Generating Facilities, Dams, Bluff, Lock, Depots, Oxygen Plants, the National Resources and Recreational facilities, Storage Facilities, Office Facilities, , and adjacent canal; however performance of work is not solely restricted to such.

This acquisition is being offered as a Service-Disabled Veteran-Owned Small Business Set Aside. For this procurement, only Service-Disabled Veteran-Owned Small Businesses that have a bonafide office located within Region IV (Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee) are eligible to bid this solicitation. The life of the basic contract is for a base period of two (2) years and three (3) one-year option periods not to exceed the maximum contract capacity or whichever occurs first. The contractor which successfully receives an award will have a total contract capacity of $45M. The Government will use a best value Two-Phase, Design-Build selection process in accordance with the Federal Acquisition Regulation (FAR) Part 36.301. The order limitation of task orders shall range between $25K and $4M. Task orders issued under this SATOC will be firm-fixed price. All other resultant task orders may include options. A project requiring use of military funds or otherwise termed as quote mark military construction quote mark is not authorized under this contract.

Description of work: Task orders placed under this SATOC shall be that of a design-build construction or construction only nature. Work is not solely restricted to repairs, renovations, alterations, and/or additions, but may also include various types of construction (new, facility, mechanical and electrical, and other types of construction).

Evaluation Criteria: The Government will use a Performance Price Trade-off (PPT) evaluation process in rendering the best value decision for award of this contract. Only that offeror whose proposal provides the best overall value will be awarded the contract with a minimum guarantee of $2,500.00. The evaluation factors and their relative importance for this solicitation and evaluation process are as follows:

Phase I: Non-cost Factors: FACTOR 1: PAST PERFORMANCE/EXPERIENCE: This

factor is more important than Factor 2. FACTOR 2: DESIGN EXPERIENCE: This factor is less important than Factor 1.

Phase II: FACTOR 3: TECHNICAL APPROACH: This factor will be equal in importance to FACTOR 1 (Past Performance) and more important than FACTOR 2 (Design Experience). FACTOR 4: PRICE: Price is LESS important than the Technical Factors.

Award will be made to the Offeror whose technical submittal and price proposal contain the combination of criteria requested which offers the best overall 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.

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. This solicitation is anticipated to be available on or about 04 September 2014. NOTE: The 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. Offerors must register in the System for Award Management (SAM) at www.sam.gov. After completing SAM, contractors and their subcontractors must register at www.fbo.gov in order to download RFP documents. Contractors with existing FedTeds log-ins should be able to use their existing log-ins. In order to locate this solicitation, Contractors can go to FedBizOpps and search for the solicitation number at www.fbo.gov. Contractors can register to 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.

Contracting Office Address:

USACE District, Savannah, Attn: CESAS-CT , 100 West Oglethorpe Ave, Savannah, GA 31401

Place of Performance:

USACE District, Savannah Attn: CESAS-CT , 100 West Oglethorpe Ave Savannah GA 31401 US

Primary Point of Contact.:

Jara N. Tartt,

Contract Specialist

Jara.n.tartt@usace.army.mil

Phone: 912.652.5078

General Information

Notice Type:

Solicitation

Original Posted Date:

August 19, 2014

Posted Date:

October 31, 2014

Response Date:

Dec 16, 2014 2:00 pm Eastern

Original Response Date:

Dec 16, 2014 2:00 pm

Archiving Policy:

Manual Archive

Original Archive Date:

October 18, 2014

Archive Date:

Original Set Aside:

Service-Disabled Veteran-Owned Small Business

Set Aside:

Service-Disabled Veteran-Owned Small Business

Classification Code:

Y — Construction of structures and facilities

NAICS Code:

236 — Construction of Buildings/236220 — Commercial and Institutional Building Construction

Back To Top