Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2005 FBO #1207
SOLICITATION NOTICE

Z -- Job Order Contracting (JOC), Fort Lewis, Washington

Notice Date
3/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-05-R-0005
 
Response Due
5/15/2005
 
Archive Date
7/14/2005
 
Small Business Set-Aside
N/A
 
Description
Any questions regarding this solicitation should be addressed to: Kevin Mulvihill at Kevin.T.Mulvihill@nws02.usace.army.mil. The Seattle District Corps of Engineers (SDCOE) has a competitive requirement for a Job Order Contract (JOC) Indefinite Del ivery Indefinite Quantity (IDIQ) contract for a base year and four (4) optional one-year periods with a total capacity of $125 million. This requirement will be a Best Value procurement conducted in accordance with procedures outlined in Federal Acquisitio n Regulations (FAR) Part 15. The contract will support Public Works (PW) at Fort Lewis and its sub-installations, the 70th Reserve Support Center (RSC) that supports Army Reserve Centers in Washington and Oregon, and the 96th RSC that supports Army Reserv e Centers in Montana and Idaho and on occasion the JOC will be used by the SDCOE Small Projects Team. The SDCOE Regional JOC will accomplish multi-disciplinary maintenance & repair and minor construction work, with most task orders ranging from $2,000 to $750,000 or in accordance with AFAR Sup 17.9000(a), with a maximum limit not to exceed $2,000,000.00 per task order. The JOC will be an alternative to formal contractual efforts for projects under $2,000,000. The JOC will be used on less complex projects, enabling the Seattle District and Fort Lewis to avoid the separate iterative design and construction solicitation efforts, and result in design cost and manpower savings for these comparatively simple design and low/moderate dollar value projects. Other ta sks to be accomplished under this contract will include emergency work excluding service orders. The Fort Lewis Public Works will decide on a case-by-case basis which work will be assigned to in-house personnel dependent on urgency, dollar value, and curr ent in-house workload. It is anticipated that work will include some minor road repairs and projects that require open space improvements. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $28.5 million. Large businesses will be required to submit a Small and Small Disadvantaged Business Subcontracting Plan with their proposal showing acceptable levels of subcontracting with small, small dis advantaged business (SDB), woman-owned, veteran-owned small business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), HUBZone small business and HBCU/MI concerns. The goal for HBCU/MI subcontracting is 1%. Due to the extensive subcontracti ng opportunities available under this contract, subcontracting goals are as follows: Small Business 75%; Small Disadvantaged - 10%; Women-owned - 5%; Service-Disabled Veteran-Owned Small Business-5% and HUBZone  3%. The North American Industry Classific ation System (NAICS) Code is 236220 with size standard of $28.5 Million. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/.This solicitation will be issued as an Electronic Bid Set (EBS) on Se attle District U.S. Army Corps of Engineers Contracting Web page in electronic format only. No disks will be mailed. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The website is occasionally inaccessible due t o maintenance. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document posted at the referenced website. Firms must register via the Internet at the following address: http://www.nws.usac e.army.mil/ct/ in order to receive notification of solicitation/amendment posting.The solicitation will be available for download on or about 31 March 2005.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00769303-W 20050317/050315212810 (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.