Last Updated 05/31/2023 04:04 AM
Project Title

Two-Phase Design-Build General Construction Multiple Award Task Order Contract - USACE Savannah

Physical Address View project details and contacts
City, State (County) Savannah, GA 31401   (Chatham County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids, Design-Build Firm to Subcontract
Project Status Construction start expected July 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $7,500,000 [brand] Estimate
Plans Available from Agency's Affiliate - 05/03/23
Owner View project details and contacts
Architect View project details and contacts
Description

Pre-Solicitation Notice Synopsis For W912HN23R4002 100% Total Small Business $99M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) Savannah District - USACE The U.S. Army Corps of Engineers (USAGE) Savannah District intends to issue a Two-Phase Design-Build Solicitation for a Multiple Award Task Order Contract under which task orders for General Construction are expected to be issued for projects within the Savannah District area of responsibility (AOR).Two-Phase Design-Buildnstruction Note: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no bids are being accepted. The subsequent solicitation will result in a D-Type Indefinite Delivery Contract (IDC). The awarded MATOC Contracts will have a base period of five (5) years. The Government will perform a Best Value Decision using Two-Phase Design-Build selection procedure in accordance with Federal Acquisition Regulation (FAR) Part 36.301. The order limitation of task orders shall range between $500K and $7.5M. Task orders issued under this MATOC will be firm-fixed price. All other resultant task orders may include options. NAICS: The North American Industry Classification System (NAICS) code is 236220-Commerical and Institutional Building Construction, with a size standard of $45M. Type of Set-Aside: This acquisition is being offered as a 100% Small Business Set-Aside under NAICS code identified above. Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 24 April1 May 2023 and approximate closing date is on or about 24 May1 June 2023. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. Description of Work: Task orders placed under this MATOC shall be that of a design-build, design-bid-build construction, or construction only in nature. This MATOC for General Construction projects is intended to provide rapid response of new or renovated/repaired facilities involving architectural exteriors/interiors, electrical, mechanical, plumbing, fire suppression, communication, renewable energy, roofing, ant-terrorism, force protection, structural systems, site work, airfield pavement, transportation systems (i.e., roads, highways, bridges, and/or parking), and/or storm water management systems. Evaluation Criteria: The Government will use a Price Performance Trade-Off evaluation process in rendering the best value decision for award of this contract. Only those Offerors whose proposals provide the best overall value will be awarded contracts with a minimum guarantee of $2,500.00. The evaluation factors for this solicitation and are as follows: PHASE I: FACTOR 1: PAST PERFORMANCE FACTOR 2: DESIGN EXPERIENCE The Government will evaluate the performance capability of the proposals in accordance with the criteria provided in the solicitation and will select no more than fifteen (15) of the most highly qualified Offerors to participate in Phase II. PHASE II: FACTOR 3: TECHNICAL CAPABILITY (Management Approach) PRICE: Price will not be rated but will be a factor in establishing a competitive range prior to discussions (if held) and in making the best value decision for award of any resultant contract(s). In Phase II of the process, the Government will evaluate both price and technical capability (management approach) The award will be made to the eight (8) Offerors whose proposals represent the best overall value to the Government. Awards 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. Consolidation: This MATOC constitutes consolidation in that it combines construction projects at multiple discrete sites into one contract, this approach provides the best combination of competitive procedures, streamlined acquisition, qualified prime contractors, efficient use of manpower, and some cost efficiency thereby providing the best way to support SAS's MILCON/Large SRM program. Per FAR 7.107-2(d)(3), quantifiable benefits of administrative/personnel cost savings for this $99 Million procurement must exceed the 10% threshold, or $9 Million, to clearly justify a financial benefit of consolidation. Although the savings demonstrated above do not meet the threshold in FAR 7.107-2(d)(3), when comparing a MATOC and other procurement methods, other benefits are clearly demonstrated. The consolidation of requirements under this MATOC is critical to SAS's success in meeting DoD requirements can be met when projects are not received in sufficient time to compete as full and open standalone requirements. Although this procurement will be set aside for small businesses, all firms will be invited to compete and will receive fair consideration for a contract under this MATOC. Considering the discussion provided above, consolidation is necessary and justified asthe benefits of consolidation substantially exceed the benefits of the alternative contracting approaches. Fulfilling this requirement through separate, stand-alone contracts would result in considerable risk of higher costs and scheduling constraints to the Government. Consolidation of the requirements promotes flexibility to complete the work in the time frame required due to funding constraints. Consolidation will not negatively impact small business participation in these programs but will promote competition and motivate both lower costs to the contractor and overall better pricing for the Government. Solicitation Website: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation. Registrations: System for Award Management (SAM)-Offerors shall maintain an active registration in the SAM database at https://www.sam.gov to be eligible for a Government contract award. Suppose the Offeror is a Joint Venture (JV). In that case, the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If an Offeror is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective Offeror. Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/. Point of Contacts: For this acquisition, the contracting officer, Mr. Greg Graham, whose e-mail address is gregory.m.graham@usace.army.mil., and the Contract Specialist, Tatjana Fisher, whose e-mail address is tatjana.m.fisher@usace.army.mil.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents