Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2005 FBO #1153
SOLICITATION NOTICE

Z -- Multiple Award, Multi-Trade IDIQ Construction Contract for Coast Guard First District

Notice Date
1/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, RI, 02886
 
ZIP Code
02886
 
Solicitation Number
HSCGG1-05-R-3WK089
 
Response Due
3/9/2005
 
Archive Date
4/30/2005
 
Description
ISSUE DATE: 02/04/05. Contractor shall provide all labor, materials, equipment, transportation, supervision and disposal necessary for a Multi-Trade Indefinite Delivery-Indefinite Quantity (IDIQ) contract for Coast Guard Air Station Cape Cod, MA, Integrated Support Command Boston, MA, Coast Guard Group Boston, MA, and Coast Guard Group Woods Hole, MA. The Government?s intent is to award multiple contracts under this one solicitation. The contract(s) will provide for the award of individual task orders for the execution of various construction projects at various units throughout the states of Massachusetts and Rhode Island. The Contractor shall provide all labor, material, equipment, transportation, supervision, disposal and all other costs necessary to fulfill the requirements of each individual task order awarded to it. The type of work envisioned under this contract includes, but is not limited to, carpentry/finishing, electrical, general construction, plumbing and pipefitting, HVAC, mechanical, demolition, design-build, and modified design-build in accordance with delivery order requirements. The contract period will be one (1) base and nine (9) option years. The project is 100% set-aside for small business concerns. The Government intends to award an estimated five (5) individual contracts, providing a sufficient number of firms submit offers. Of the estimated five contracts, two (2) may be reserved for 8(a) eligible and/or Service-Disabled, Veteran-Owned Small Business, providing a sufficient number of qualified contractor?s present offers. All eligible firms must currently maintain their main office or a bona fide branch office within the USCG District One geographic boundary. A bona fide branch office is a place where the eligible firm regularly maintains a construction management office employing at least one full-time individual. Estimated cost for each contract is between $5,000,000 and $10,000,000 dollars, inclusive of all option years. Tentative evaluation criteria to consist of the following: Price; Past performance/Similar experience; Management capability/subcontractor management; and quality control. There will be a seed (representative) project contained within the solicitation for which all prospective offerors are required to submit a proposal. The price submitted for this project shall be the only basis for evaluation by the Government of the evaluation factor ?price?. This representative project will become the first task order awarded under one of the successful IDIQ contracts. Prospective offerors must submit a proposal for the representative project to be considered for award. A pre-proposal conference will be scheduled at the site. Actual times and dates will be identified in the solicitation. Participation in all future task orders is encouraged to maintain each contract in good standing. Failure to participate could result in the Government exercising its right not to award the follow-on option year. All offerors must be registered in the Central Contractor Registration System. Solicitation packages will be available on or about 02/04/05. The due date for receipt of proposals is on or about 03/09/05 at 2:00 pm local time. All relevant solicitation documents, including specifications and drawings and amendments may be accessed for download for free beginning on the date of issue at the following site: http://www.eps.gov. Companies not having the capability to download solicitation documents may contact Rhode Island Blue Print, 335 Webster Avenue, Cranston, RI 02920 for a copy of the solicitation package for a non-refundable deposit. Please fax your request to RIBP at (401) 946-6550 and include your credit card number and expiration date along with the Solicitation Number. RIBP accepts Visa, MasterCard, and American Express. Please do not call in your requests. Orders will be shipped UPS unless you request overnight delivery. A bidders list is only available by registering electronically for this solicitation below.
 
Place of Performance
Address: Various locations within the States of Massachusetts and Rhode Island.
 
Record
SN00737272-W 20050122/050120211517 (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.