Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2003 FBO #0604
SOLICITATION NOTICE

Z -- IDIQ Contract for Roads & Drainage, Primarily FT Polk, Louisiana and Military and Civil projects within the USACE (Southwestern Division) Geographic Boundaries

Notice Date
7/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Fort Worth - Military, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
DACA63-03-B-0015
 
Response Due
9/10/2003
 
Archive Date
11/9/2003
 
Point of Contact
Robin Revard, 817.886.1053
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth - Military
(robin.revard@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Point of Contact for this project is Barbara Zimmer, Contract Specialist, (817) 886-1052. Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Road and Drainage, Primarily Fort Polk, Lousiana and Military and Civil Projects Within the U.S. Army Corps of Engineers (Southwestern Division) Geographic Boundaries. Task Orders will be issued for a variety of maintenance and repair minor construction tasks primarily for the Department of PublicWorks, Fort Polk, LA. Contractor shall furnish all labor, materials, permits, equipment, and services necessary to manage and accomplish designed deliv eries, recommending a solution, and remediating the problem in a timely and efficient manner. Contractors must have a minimum of two (2) years related experience and must possess all state and locally required licenses for this type of work within the sta te of Louisiana, or within the state wherever the work is being performed. The objective of the contract is to provide expeditious execution of task orders for roads and drainage construction and repairs that will vary from site to site. Project provides for an IDIQ contract for correction of erosion and drainage within the Southwestern Division area. Bidders will be required to pre-price over 300 line items that are associated with the demolition and construction of storm water collection systems. Items include, but are not limited to: removal of existing curb and gutters, removal of trees and stumps, construction of various types of inlet structures, construction of manholes, pavement replacement, and work site restoration (backfilling, turfing, soddin g, seeding and fencing). Orders will be placed against this contract based on the work items involved and their associated unit price. Estimated duration of the contract will be for an initial base period of 12 months with four (4) option periods of 12 m onths each for a total not to exceed duration of 60 months. Option periods will be exercised at the Governments discretion. The estimated contract amount for the Base Period is $3,000,000.00. The estimated contract amount for Option Period 1, Option Per iod 2, and Option Period 3 is $3 Million for each option period. The estimated contract amount for Option Period 4 is $2 Million. Total estimated value of the contract (Base Period plus all Option Periods) is not-to-exceed $14 Million. The contract awar d will be based on the lowest-priced offer. The construction project price range is $10,000,000 to $25,000,000. The solicitation is tentatively scheduled to issue on or about 8 August 2003, and bids will be due on or about 10 Sep 2003. The North American Industrial Classification System (NAICS) code applicable to this project is 234910, Water, Sewer and Pipeline Construction, Small Business Standard is $28.5 million. This is an UNRESTRICTED solicitation. Offers from responsible sources will be considered. If a large business intends to submit a proposal, it must comply with FAR clause 52.219-9, regarding the requirement for a subcontracting plan. The Fort Worth District goals are as follows (expressed as a percentage of the contractors total planned subcontract amount): Small Business Subcontractors, 57.2%; Small Disadvantaged Business Subcontractors, 8.9%; Women-Owned Small Business Subcontractors, 8.1%; American Veteran-Owned Small Business Subcontractors 3.0% (Including Disabled American Veteran-Owned Small Business); HUBZone Small Business 0.5%; Reporting by Large Business , 100%. The plans and specifications, when available, will be issued on compact disk (CD-ROM) and will be provided free of charge on the issue date. Plans and Specifications will not be provided in a paper hard copy format. Notification of amendments w ill be made through either 3.5 floppy diskettes, CD-ROM, and/or Internet only. However, the Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view our web site daily for amendments to the solicitation. Contractors may view /download this solicitation and all amendments from the internet after solicitation issuance at the following Internet address: https://ebs.swf.usace.army.mil/ebs/Advertise dSolicitations.asp Contractors shall register themselves on the Internet to receive a copy of this solicitation (CD-ROM). NOEXPRESS MAIL PROCEDURES WILL BE UTILIZIED ON INITIAL MAILING OF THE CD-ROM. All offerors are encouraged to visit the Armys Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunities. Offerers must be registered with the Central Contractor Registration (CCR), in order to receive a government contract award. To register, the CCR In ternet address is http://www.ccr.gov/
 
Place of Performance
Address: US Army Engineer District, Fort Worth - Military PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00382074-W 20030726/030724214904 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.