Search the Web

Deals

Saturday, September 11, 2010

Contractor Award

This a MATOC award. 
Contact GSC for opportunities.
Solicitation Number:
W912HN-09-R-0051 Notice Type:
Award Contract Award Date:
September 7, 2010
Contract Award Number:
W912HN-10-D-0049
Contract Award Dollar Amount:
$1,999,965.00
Contractor Awarded Name:
GSC Construction, Inc.
Contractor Awarded DUNS:
839824377
Contractor Awarded Address:

Initial Task Order for Infrastructure Support, Increment 3 (PN 76080) at Fort Benning, GA awarded for $1,999,965.00 to GSC Construction. The contact information for the awardee is as follow:
GSC
Mr. John Phillips
1727 Wrightsboro Road
Augusta, GA 30904-4074
(706) 736-1885
Additional Contract Numbers awarded within this MATOC pool are as follows:

W912HN-10-D-0050, Copper Construction, 410 McIntosh Street, Vidalia, GA 30474-3111, POC: Sam Page (912)537-6420

W912HN-10-D-0051, Dorado Services, 195 W. Seminole Blvd, Sanford, FL 32771-1272, POC: Fernando Neris (407) 688-0600.

W912HN-10-D-0052, ENVIRO AgScience, 1190 Buckner Road, Columbia SC 29203, POC: Dr. Louis B. Lynn (803) 714-7290.

W912HN-10-D-0053, Better Built Construction Services, 1240 Central Avenue, Middletown, OH 45044, POC: Damon Halsey (513) 727-8637
United States
Synopsis:
Added: Jun 12, 2009 10:41 am Modified: Jun 22, 2009 2:49 pmTrack Changes
Multiple Award Task Order Contract (MATOC), for Design/Build or Construction type task orders. Task orders issued under this MATOC can require performance of work anywhere within the South Atlantic Division Area of Operations (North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi). Projects will typically be located on military installations within North Carolina, South Carolina, and Georgia; however, performance of work is not solely restricted to such. A project requiring use of civil funds or otherwise termed as civil construction is not authorized under this contract.

This acquisition is being offered on a HUBZone set aside competitive basis. The life of the basic contract is for a base period of three (3) years with two (2) one-year option periods or $200M; whichever occurs first. The pool size (number of contracts that may be awarded) shall not exceed six (6) contractors. The pool of contractors which successfully receive an award will share the total contract capacity of $200M. The government will use a two-phase design build evaluation process. The order limitation of task orders, to include the seed task order that will be used for evaluation purposes and award of the initial contracts, shall range between $1M and $20M. Task orders issued under this MATOC will be firm-fixed price. The initial seed task order may include options.

Description of work: Task orders placed under this MATOC may be either of a design-build nature or that of a design-bid-build (construction only) nature. Work may include but is not limited to the design and construction of administrative facilities, recreational facilities, educational facilities, religious facilities, medical facilities, and training facilities to include ranges. Work is not solely restricted to new construction but may also include repairs, renovations, alterations, or additions to existing facilities, such as those already cited, or infrastructure such as roads, parking, drainage systems and utility systems. Generally, however, task orders anticipated to be issued under this MATOC will be primarily for new, vertical construction and associated site work.

Evaluation Criteria: As this is a solicitation for a Multiple Award Task Order Contract (MATOC), a seed task order will be provided to those Offerors invited to participate in Phase II for purposes of evaluation and in rendering the best value decision. Only that Offeror whose proposal provides the best overall value of those Offerors selected to be in the MATOC pool, if any, will also be awarded the seed task order. All other successful Offerors, if any, will be awarded a contract with a minimum guarantee of $2,500. The evaluation factors and their relative importance for both Phase I and Phase II of this solicitation and evaluation process are as follows:

Phase I: Factor 1-1 CORPORATE RELEVANT SPECIALIZED EXPERIENCE, Factor 1-2 PAST PERFORMANCE, and Factor 1-3 TECHNICAL APPROACH NARRATIVE. Factor 1-1 is more important than factors 1-2 and 1-3. Factor 1-2: is equal in importance to Factor 1-3. Factors 1-1, 1-2, 1-3, together are equal importance to Factor 2-1.

Phase II: Factor 2-1, BUILDING FUNCTION AND AESTHETICS. Factor 2-2, QUALITY OF BUILDING SYSTEMS. Factor 2-3, SITE DESIGN. Factor 2-4, SUSTAINABLE DESIGN. Factor 2-5 PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE. Factor 2-6 SMALL AND SMALL DISADVANTAGED BUSINESS UTILIZATION. Factors 2-1 and 2-2: Equal in importance to all Phase 1 factors. Factor 2-1: A most important factor equal in importance to Factor 2-2. Factor 2-2: A most important factor equal in importance to Factor 2-1. Factor 2-3: Slightly less important than Factors 2-1 and 2-2. Factor 2-4: Slightly less important than Factor 2-3. FACTOR 2-5: Slightly less important than Factor 2-4. FACTOR 2-6: least important.

Price: All non-cost factors, when combined, are significantly more important than Price.
Award will be made to those Offerors whose technical submittal and price proposal contain the combination of the criteria requested that offers the best 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 will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Phase I for this solicitation is anticipated to be available on or about 30 June 2009. Note: The Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation. Offerors must register in the Central Contractor Registration (CCR) at www.ccr.gov. After completing CCR, contractors and their subcontractors must register at www.fbo.gov in order to download RFP documents. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate this solicitation, Contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments.

No comments:

Post a Comment