Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912BV19R0040
(1) Action Code: Pre-solicitation Notice (2) Date: 17 June 2019 (3) Contracting Office Address: USACE CEST-CT-E 2488 E. 81st Street (4) Classification Code: Y1NA (Construction of Fuel Supply Facilitie...
(1) Action Code: Pre-solicitation Notice (2) Date: 17 June 2019 (3) Contracting Office Address: USACE CEST-CT-E 2488 E. 81st Street (4) Classification Code: Y1NA (Construction of Fuel Supply Facilities) (5) Subject: Construct Bulk Diesel Fuel Facility (6) Solicitation Number: W912BV19R0040 (7) Contract Point of Contact(s): Shawn Brady Diane M. Cianci Phone: (918)669-7670 (918)669-7458 shawn.brady@usace.army.mil diane.cianci@usace.army.mil (8) 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. (9) Description: a. This synopsis is for Construction Services prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 5.2, as supplemented with additional information included in this notice. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award a contract to construct a new bulk diesel fuel facility. The work location for this procurement is at McAlester Army Ammunition Plant in Pittsburg County, Oklahoma. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. b. The Solicitation Number for this acquisition is W912BV19R0040 and a separate attachment (SF1442) will be issued as a Request for Proposals (RFP). The RFP is planned to be issued on or about 1 July 2019. The Proposal due date is tentatively planned for 31 July 2019. c. This requirement is being solicited as 100% Small Business Set-Aside under North American Industry Classification System (NAICS) code 237990 (Other Heavy and Civil Engineering Construction) with a size standard of $36,500,000.00. d. "Disclosure of the Magnitude of Construction Projects" In accordance with FAR 36.204 and DFRAS 236.204, the magnitude of this project is between $5,000,000.00 to 10,000,000.00. Offeror is under no obligation to approach the cost magnitude. e. 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 Lowest Priced Technically Acceptable (LPTA) process will be used for this procurement (FAR 15-101-2). An evaluation for acceptability will be performed on the low price proposal in accordance with FAR 15.101-2(b)(3). The proposal that provides the lowest overall price and is otherwise technically acceptable in all factors will be selected for award. To be considered technically acceptable, no technical factor in the proposal may be determined to be unacceptable. 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 considered but will not be 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 (Y1NA, Construction of Fuel Supply Facilities) of the construction services being purchased. Award will be made to the supplier whose proposal represents the best value to the Government quoting the lowest price and that has anything other than an "Unsatisfactory" rating in PPIRS. Davis-Bacon Wage Decision No. OK190035 is applicable to this procurement. (Pittsburg County, Oklahoma). f. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. g. All vendors are highly encouraged to attend the Site Visit, which will be scheduled in the RFP. (10) Place of Performance: McAlester Army Ammunition Plant, 1 C Tree Road, McAlester, Oklahoma 74501. (11) Set Aside Status: This solicitation is a total small business set aside. (12) Period of Performance: The anticipated period of performance is 365 days (12 months). (13) Additional Details: THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY. NO HARD COPIES WILL BE PROVIDED. Offerors can view and/or download the RFP and attachments at https://www.fbo.gov (FBO) when the RFP is posted. Interested parties can register under the Interested Vendors List at FBO. This will be the only method of amendment distribution; therefore, it is the OFFERORS' RESPONSIBILITY TO CHECK THE WEBSITE PERIODICALLY FOR ANY AMENDMENTS TO THE SOLICITATION. Prospective Offerors MUST register themselves on the website. Prospective Offerors must also be registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM in order to participate in this procurement.