Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:W912PP19R0006
TWO-PHASE INDEFINITE-DELIVERY INDEFINITE-QUANTITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACT FOR DESIGN-BUILD AND DESIGN-BID-BUILD VERTICAL CONSTRUCTION WORK FOR THE ALBUQUERQUE DISTRICT (SPA). The Al...
TWO-PHASE INDEFINITE-DELIVERY INDEFINITE-QUANTITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACT FOR DESIGN-BUILD AND DESIGN-BID-BUILD VERTICAL CONSTRUCTION WORK FOR THE ALBUQUERQUE DISTRICT (SPA). The Albuquerque District has a competitive requirement for an Indefinite-Delivery Indefinite-Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build Vertical Construction Work. The resultant contract(s) will be for use in SPA's Area of Responsibility (AOR), which includes the entire state of New Mexico, as well as portions of southern Colorado and far west Texas. Contracts to be awarded under this MATOC are to execute new construction as well as to provide timely response to remediation of real property facilities, e.g. maintenance, repair, and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, communications, heating, and ventilation. Work associated with this MATOC will fall primarily under NAICS 236220 "Addition, alteration, and renovation general contractors, commercial and institutional building", size standard: $36.5 million. The Government may issue firm-fixed price type task orders for new construction, operations and maintenance, renovations and repair construction, and other related support functions at various installation and facilities. Task Orders may be multi- disciplinary to include, design incidental to construction, renovation, repairs, preventative maintenance, environmental abatement, and operations activities. The IDIQs for Vertical Construction Work will not be used for Brooks Act Architectural-Engineering (A-E) services. However, there may be minor design requirements that are secondary in nature to the construction services needed for some projects. The anticipated contract type is a competitive, firm-fixed price, Design-Build and Construction IDIQ MATOC procured in accordance with FAR 15, Negotiated Procurement using a Two-Phase "Best Value" trade-off process. The Government anticipates awarding up to 5 IDIQ contracts however, the Government reserves the right to award fewer or none at all. This solicitation will result in multiple award task order contracts entered into in accordance with Federal Acquisition Regulation (FAR) 16.504(c). This requirement will be solicited as an 8(a) set-aside pursuant to FAR Subpart 6.204 Section 8(a) Competition for 8(a) firms serviced by a Small Business Administration (SBA) District Office in the following state(s): New Mexico, Texas, Arizona, and Colorado. The resultant contracts will be Firm Fixed Price contracts. The proposed contracts will be for five (5) years to include a one (1) year base period and four (4) one-year option periods. Each individual task order will establish a period of performance for the individual effort. The total shared capacity of the base contract plus all potential options shall not exceed $49.5 million. Interested offerors must be able to bond per task order up to $7 million and bond up to $14 million aggregate. 8(a) firms will be required to comply with FAR 52.219-14 Limitations on Subcontracting. Solicitation documents (Request for Proposals and all other applicable documents) will be available on or about 8 February 2019 and the approximate proposal(s) due date will be 11 March 2019. Note: These dates are subject to change. The selection process used for this solicitation will be a two-phase request for proposal. No more than five (5) offerors will be selected for Phase II. Only offerors selected for Phase II will be given access to the technical specifications package for Task Order 0001. The proposals will be evaluated and award(s) shall be made utilizing Best Value Trade-off source selection policies and procedures in accordance FAR Subpart 15.3 SOURCE SELECTION. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Evaluation by the Government will result in the selection that represents the best overall value to the Government. OFFERORS MUST BE REGISTERED with System for Award Management (SAM), in order to receive a Government Contract award. To register, the SAM Internet address is: http://www.sam.gov. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors' responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity (FBO) system. FBO is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with FBO or they will not be able to download information from the site. Registration instructions can be found on the FedBizOpps website at www.fbo.gov by clicking on the Register Now hyperlink. Contractors registered with Federal Business Opportunity (FBO) may view and/or download this solicitation and all amendments from the Internet AFTER SOLICITATION ISSUANCE. All responsible sources may submit a proposal at their own cost. Offerors are cautioned that this requirement may be delayed, cancelled, or revised at any time during the solicitation and/or final award process, and is subject to the availability of funds. The point of contact for this acquisition is Michelle Kessinger at michelle.l.kessinger@usace.army.mil.