Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2002 FBO #0369
SOLICITATION NOTICE

Z -- IDIQ Contract for Asphalt and Concrete Repairs and Improvements at Military Installations, Primarily for the High Desert Area Office, but to Include Civil Project Sites and Other Customers Within the South Pacific Division of the USACE.

Notice Date
12/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers, Los Angeles - Military Works, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
DACA09-03-B-0003
 
Archive Date
3/24/2003
 
Point of Contact
Sharon Morrow, 213/452-3248
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Los Angeles - Military Works
(Sharon.R.Morrow@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Indefinite Delivery Indefinite Quantity Contract for Asphalt and Concrete Repairs and Improvements at Military Installations, Primarily for the High Desert Area Office, but to Include Civil Project Sites and Other Corps of Engineers Customers, Within all o f the South Pacific Division of the USACE. The scope of the contract includes furnishing all equipment and materials and performing all labor and supervision for the following, but not limited to: Earthwork; soil sampling and testing; removal and disposa l of soil; prime coat; tack coat and paint binder; asphalt, concrete; slurry seal coating; construction seal and rejuvenating agent; fog seal; asphalt and concrete curbs; penetrative oil/dust palliative treatment; road shoulder maintenance; ditch construct ion; street, road, and parking lot striping/marking; demolition of curb, gutter or sidewalks; surveys and handicap ramps; traffic control equipment and incidental work. One contract will be awarded for a Base Period NTE 12 months and Four Option Periods NTE 12 months each for a total contract performance period NTE 5 years or $15,000,000.00 whichever occurs first. When awarding the contract, the guaranteed minimum shall b e 2% of the not-to-exceed capacity for the Base Period, or $50,000 whichever is less and the minimum as required by EFARS 16.504 for the Option Periods, if exercised. The minimum guaranteed amounts may be met by award of a task order in an equivalent amou nt. The Government intends to issue this solicitation through the use of the Internet. Amendments to this solicitation will be issued as Internet only. No additional media (Compact Disks, Floppy Disks, Facsimile or Paper) will be provided unless the Governme nt determines that it is necessary. It is therefore the contractor?s responsibility to check the following address daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Inter net after solicitation issuance are the following Internet address; http://ebs.spl.usace.army.mil. All bidders are required to check the Los Angeles District Contracting Division website daily to be notified on any changes to this solicitation. All cont ractors are encouraged to visit the Army?s Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunities across the Army. Bidders must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: https://www.ccr.dlsc.dla.mil/ccr/scripts/ccradd.asp. Any prospective bidder interested in bidding on this solicitation must be registered to be placed on the Plan Holder? s List. If you are not registered, the United States Government is not responsible for providing you with notification of any changes to this solicitation. Bidders shall register themselves on the Internet. Each bidder, after registering for this solici tation should verify that his or her name appears on the Plan Holders List for the project. This is an Unrestricted Procurement, therefore, all responsible sources may submit a bid. The North American Industrial Classification System (NAICS) Code is 23731 0, Other Heavy and Civil Engineering Construction, $28.5 M average gross revenue for the last (3) fiscal years. Large Businesses will be required to submit a Subcontracting Plan, which will set forth small, disadvantaged and women-owned business concerns subcontracting goals that are acceptable to the Government. The Los Angeles District subcontracting goals are sp ecific percentages of the contractor?s total planned subcontract amount. The goals are as follows: 71.1% with small business; 10.2% with small disadvantaged business; 10.6% with women-owned small business; 3% with Veteran-owned small business; 3% service -Disabled Veteran-owned small business; and 3% with hub-zone small business. In addition, all interested contactors are r eminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. Please note that there are special instructions pert aining to hand delivered bids. These special instructions can be viewed on the Los Angeles District Contracting Division website and they will also be available in Section 00100 of the advertised solicitation.
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles - Military Works P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN00216617-W 20021206/021205074205 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.