Multi-Location Single Award Task Order Contract (SATOC) for Design - Build and General Construction to support DOD agencies in the Georgia-North Carolina-South Carolina Region
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Feb 11, 2022 01:29 pm EST
- Original Published Date: Sep 09, 2020 02:00 pm EDT
- Updated Date Offers Due: Mar 04, 2022 02:00 pm EST
- Original Date Offers Due: Oct 09, 2020 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Mar 19, 2022
- Original Inactive Date: Dec 31, 2020
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: USA
Description
AMENDMENT 0001 - This amendment provides access to PROJNET bidder inquiry questions and Government responses. Clarifications are provided with the amendment. The solicitation IS NOT extended. All other terms and conditions remain unchanged.
This a competitive acquisition utilizing a Two-Phase Design-Build Selection for the award of three (3) Single Award Task Order Contracts (SATOC) under which task orders for General Construction are expected to be issued for projects within the three state region of North Carolina, South Carolina, and Georgia with the primary focus area of each SATOC being work at Ft. Bragg, Ft. Gordon and Ft. Stewart respectively. Task Orders issued under any resultant contract(s) will be Firm-Fixed Price and may be either for Design-Build or Design-Bid-Build General Construction.
This acquisition is being offered as follows:
SRM02 Fort Bragg NC $49M Capacity – 100% Small Business Set-Aside
SRM05 Fort Gordon, GA $49M Capacity – 100% HUBZone Set-Aside
SRM08 Fort Stewart, GA $30M Capacity – 100% HUBzone Set-Aside
The life of the basic contract is for a base period of two (2) years and three (3) one year options. The Government will use a best value 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 $150K and $5M. Task orders issued under these three (3) SATOC will be firm-fixed price. All other resultant task orders may include options.
Description of work: Task orders placed under these three (3) SATOC shall be that of a design-build, design-bid-build construction or construction only in nature. These three (3) SATOC for General Construction projects are intended to provide rapid response for new construction, upgrades, maintenance or repair of situations relating to site work, interior/exterior finishes, architectural woodwork, electrical, mechanical, plumbing, structural and fire suppression systems of Government facilities located across the three state region of Georgia, South Carolina and North Carolina and potentially within the geographic boundaries of the U.S. Army Corps of Engineers, Savannah District (SAS).
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
PHASE II:
FACTOR 3: TECHNICAL APPROACH
PRICE: Price will not be rated but will be a factor in establishing the competitive range prior to discussions (if held) and in making the best value decision for award of any resultant contract(s). Coefficients for firm-fixed price type task orders shall be proposed and submitted on the Proposal Pricing Schedule as provided in the solicitation. Offerors’ awarded contracts will be bound by the coefficients proposed for the seed/sample project(s) and all future task orders.
The successful Offeror(s), if any, will be awarded SATOCs with a maximum capacity of $49M (SB), $49M (HZ) and $30M (HZ), respectively, and either a Seed Task Order or a $2,500.00 guaranteed minimum for the base ordering period. No single Offeror shall receive more than one (1) base contract award from this solicitation.
For each of the three SATOCs, the Offeror that represents the best value to the government shall be awarded the base SATOC. 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 is issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. The Offerors must register in the System for Award Management (SAM) at www.sam.gov. After completing SAM registration, contractors and their subcontractors must register at www.betaSAM.gov in order to download RFP documents. In order to locate this solicitation, Contractors can go to beta.SAM.gov and search for the solicitation number at www.beta.SAM.gov.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 100 W OGLETHORPE AVE
- SAVANNAH , GA 31401-3604
- USA
Primary Point of Contact
- Gregory M. Graham
- gregory.m.graham@usace.army.mil
- Phone Number 9126525476
Secondary Point of Contact
- Magdalena Bernard
- Magdalena.Bernard@usace.army.mil
- Phone Number 9126525131
- Fax Number 9126525828
History
- Apr 27, 2022 11:55 pm EDTSolicitation (Updated)
- Mar 29, 2022 02:25 pm EDTSolicitation (Updated)
- Mar 16, 2022 11:37 am EDTSolicitation (Updated)
- Mar 02, 2022 09:52 am ESTSolicitation (Updated)
- Feb 14, 2022 10:04 am ESTSolicitation (Updated)
- Feb 11, 2022 02:13 pm ESTSolicitation (Updated)
- Feb 11, 2022 01:29 pm ESTSolicitation (Updated)
- Sep 30, 2021 11:56 pm EDTSolicitation (Updated)
- Dec 31, 2020 11:58 pm ESTSolicitation (Updated)
- Oct 07, 2020 02:34 pm EDTSolicitation (Updated)
- Sep 30, 2020 11:56 pm EDTPresolicitation (Updated)
- Sep 09, 2020 02:00 pm EDTSolicitation (Original)