Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2004 FBO #0849
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contract (MATOC) for Design-Build Construction Services and Design-Bid-Build Construction Services, Various Locations, Hawaii

Notice Date
3/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps Of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-04-R-0011
 
Response Due
4/5/2004
 
Archive Date
6/4/2004
 
Point of Contact
Kent Tamai, 808-438-9700
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Honolulu
(kent.a.tamai@poh01.usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
The North American Industry Classification Code for this acquisition is 236220. Multiple Award Task Order Contract (MATOC) for Design-Build Construction Services and Design-Bid-Build Construction Services, Various Locations, Hawaii. This is a compe titive 8(a) procurement. Multiple awards will be made to 8(a) firms that are certified for participation in the 8(a) program and must be serviced by the Small Business Administration (SBA) Hawaii District Office. Note 8(a) firms that are not serviced by the Hawaii District Office, but who have a verifiable office and employees located within the geographic area serviced by the Hawaii District Office at the time of the FedBizOpps announcement, are also eligible to submit offers. This procurement will cons ist of both Design-Build and Design-Bid-Build projects. The duration of the contract will be five years. The five-year term will consist of a base period of 2 years and three 1-year option periods. The maximum dollar value that the Government will order under all of the contracts awarded will be $25,000,000.00. There is no maximum amount per base or option period. The guaranteed minimum quantity for the base period of this contract is $62,500.00. If the option period is exercised, the guaranteed minimu m quantity for the option period is $31,250.00. Selection will be based upon evaluation factors which may include (a) past performance, (b) Design-Build and Design-Bid-Build experience, (c) management factors, and (d) price. Solicitation to be issued O/A April 5, 2004. Traditional hard copies of plans and specifications will NOT be available for this project. Traditional hard copies of plans and specifications will not be available for this solicitation. Solicitation plans and specifications will be ma de available for viewing and/or downloading via the Honolulu District Contracting Website http://www.poh.usace.army.mil/pohct/contracting.asp . Solicitation documents will NOT be issued on CD ROM format unless the Government determines that it is necessa ry. If the Government determines that issuance of the initial solicitation on CD ROM is necessary, the CD ROM will be provided at no cost to self-registered contractors at the website mentioned above. However, the Government reserves the right to issue fo llow-on amendments to the solicitation on the website. It is therefore the Contractor??????s responsibility to check the Honolulu District Contracting Website daily for any posted changes to the solicitation. All offerors are encouraged to visit the Army? ?????s Single Face to Industry Website at: https://acquisition.army.mil/asfi to view other business opportunities. Offerors should register themselves on the Honolulu District Contracting Website to view/download a copy of this solicitation. Offerors must be registered with the Central Contractor Registration (CCR) in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small, s mall disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507.
 
Place of Performance
Address: US Army Corps Of Engineers, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN00551640-W 20040324/040322212313 (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.