Job Order Contract (JOC) McAlester
(1) Action Code: Synopsis (Pre-solicitation Notice) (2) Date: July 3 (3) Year: 2019 (4) Contracting Office Zip Code: 74137-4290 (5) Classification Code: Z1QA, Maintenance of Restoration of Real Proper... (1) Action Code: Synopsis (Pre-solicitation Notice) (2) Date: July 3 (3) Year: 2019 (4) Contracting Office Zip Code: 74137-4290 (5) Classification Code: Z1QA, Maintenance of Restoration of Real Property (public or private) (6) Contracting Office Address: USACE/Tulsa District 2488 E. 81st Street Tulsa, Oklahoma (7) Subject: JOC Job Order Contract, MCAAP (8) Solicitation Number: W912BV19R0020 (9) Contract Point of Contact: Diane Cianci (10) IMPORTANT NOTICE: This notice does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to provide the pre-solicitation notice required by FAR 5.2- Synopsis of Proposed Contract Actions in preparation for release of the Request for Proposal (RFP) at a later date. (11) Description: a. The contract general scope is to provide all work, materials, supplies, parts (to include system components), transportation, plant, supervision, labor and equipment, except when specified a s Government-furnished, needed to sustain, repair and/or maintain sustainability, repair and maintenance (SRM) facilities, or construct minor real property facilities at McAlester Army Ammunition Plant, MCAAP), McAlester, Oklahoma. b. The Solicitation Number for this acquisition is W912BV19R0020 and a separate attachment (SF1442) will be issued as a Request for Proposals (RFP). The RFP is planned to be issued in July 2019. The Proposal due date is tentatively planned for August 2019. c. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective 20 Dec 2018. d. This requirement is being solicited as 100% Women-Owned Small Business Set-Aside under North American Industry Classification System (NAICS) code 236220 (Commercial and Institutional Building Construction) with a size standard of $36,500,000.00. e. IAW FAR 36.204, the Magnitude of this project is between $30,000,000.00 to 50,000,000.00. Offeror is under no obligation to approach the cost magnitude. f. Award will be made as a Firm-Fixed Price contract to the vendor that can fulfill the requirements specified in the Statement of Work (SOW). Source Selection using the Best Value Continuum process will be used for this procurement (FAR 15-101-2). An evaluation for acceptability will be performed on the best value using any one of the source selection approaches in accordance with FAR 15.101-1. The proposal that provides the best overall technical and price proposal in accordance with the evaluation factors for award. To be considered technically acceptable, no technical factor in the proposal may be determined as a deficiency. The failure of a proposal to meet any of the factors will result in a technically unacceptable rating and preclude award. Price will be evaluated and scored or combined with other aspects of the proposal evaluation. The proposed prices will be analyzed for reasonableness. They may also be analyzed to determine whether they are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the information provided by the Offeror. Additionally, all offers will be analyzed for unbalanced pricing in accordance with FAR 15.404-1(g) and may be rejected if it is determined that the lack of balance poses an unacceptable risk to the Government. Past Performance will be evaluated in accordance with in DFARS 213.106-2(b)(i)(B)&(C). Past Performance history shall be evaluated for each supplier's past performance history in the Past Performance Information Retrieval System (PPIRS). Special attention will be given to the PSC (Z1QA, Maintenance of Restoration of Real Property (public or private) of the construction services being purchased. Award will be made to the offeror whose proposal represents the best value to the Government. Davis-Bacon Wage Decision No. OK190013-Heavy Water Well Drilling; OK190020-Highway; OK190035-Heavy; OK190071- Building is applicable to this procurement. (Pittsburg County, Oklahoma). g. FAR Provisions and Clauses applicable to this acquisition are provided on an attached SF1442 and are incorporated in their entirety. Each offer is required to fill out and sign the SF1442 and return a signed copy along with their proposal by the closing date and time listed. h. All proposals shall be submitted electronically in accordance with the instructions listed in the solicitation to Diane Cianci at diane.cianci@usace.army.mil. If there are any amendments to this requirement, all amendments must be acknowledged, signed, and electronically submitted with the proposal at time proposals are due. i. For information regarding this pre-solicitation notice, the USACE Point of Contact is Ms. Diane Cianci (Contract Specialist), 918-669-7458, diane.cianci@usace.army.mil or Mr. Brian Hutchison (Contracting Officer), 918-669-7426, brian.c.hutchison@usace.army.mil. Please email any questions you may have regarding this effort to diane.cianci@usace.army.mil. All questions concerning this notice must be received no later than 15 July 2019 @ 2:00PM (1400) Central Standard Time. (13) Set Aside Status: This solicitation is a total small Women-Owned business set aside. (14) Other: "Only a warranted Contracting Officer (either a Procuring Contracting Officer (PCO), or an Administrative Contracting Officer (ACO)), acting within their delegated limits, has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract you shall not proceed with the change and shall immediately notify the Contracting Officer." SYSTEM FOR AWARD MANAGEMENT REGISTRATION: All contractors are required to register in the System for Award Management (SAM) database before an award can be made. Contractors can obtain information on registration and annual confirmation requirements by calling 866-606-8220 or via the Internet at https://www.sam.gov. In accordance with FAR 52.204-10, "Reporting Executive Compensation and First-Tier Subcontract Awards," contractors are required to report information on subcontract awards for all awards over $30,000.00. The contract shall follow the instructions and report the required information at http://www.fsrs.gov. The contractor is responsible for notifying its subcontractors that the required information will be made public. Contractors who receive a federal contract in excess of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 703-461-2460 or by accessing the following internet web site: http://www.dol.gov/vets/vets-100.html/.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »