Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2005 FBO #1251
SOLICITATION NOTICE

Y -- Indefinite Delivery Contract for Construction projects within the jurisdiction of the Norfolk District and North Atlantic Division, Corps of Engineers.

Notice Date
4/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-05-R-0018
 
Response Due
6/20/2005
 
Archive Date
8/19/2005
 
Small Business Set-Aside
N/A
 
Description
This procurement is for an Indefinite Delivery Contract for Construction projects within the jurisdiction of the Norfolk District Corps of Engineers and the North Atlantic Division, Corps of Engineers. This contract is intended to provide for quick, cost effective responses to repairs, renovations, incidental demolition and construction situations relating to, but not limited to, site work, geotechnical, landscaping, surveying, mapping, architectural, food service, structural, mechanical, electrical, instrumentation, security and safety of facilities located at Ft Lee, Ft Eustis, Ft Monroe, Ft Story, Langley Air Force Base, and Defense Supply Center Richmond, Virginia. The primary focus of this contract will be work at Ft Lee Virginia. The work m ay involve replacement in kind, renovation, repairs and modification work and/or new construction. It also may include incidental design and testing, and survey and abatement for lead based paint (LBP) and asbestos containing materials (ACM) and mold cont aining materials (MCM). Facility repairs, renovations and construction shall conform to the requirements of the technical criteria listed in the task order. This objective shall be achieved through the implementation of task orders issued under the terms of this contract for all of the herein described tasks or additional tasks described in specific task orders. The maximum size of single Task Orders is anticipated to be no more than $2 million. The total contract for the base period plus two one-year o ption periods shall not exceed $15,000,000.00. The evaluations factors for this procurements are as follows, listed in descending order of importance. (1) Relevant Experience; (2) Past Performance; (3) Technical Approach; (4) Organizational Struc ture; (5) Management Approach; (6) Utilization of Small Business Concerns; and Price proposal for Task Order #1 (will be rated). Offerors will be evaluated on both technical quality and conformance to the solicitation and price. The Government reser ves the right to reject any or all proposal prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED ANY AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The receipt date for proposals for is June 20, 2005 . The contract will be for a base period plus two one-yea r option periods. THIS IS AN UNRESTRICTED PROCUREMENT. NAICS CODE 236220 applies to this procurement. Criteria and submission requirements will be available on/about May 13, 2005 via http://www.nao.usace.army.mil/Ebs/AdvertisedSolicitations.asp. No har d copies will be available. Prospective contractors must be registered in the DOD Central Contractor Registration (CCR) database prior to award of a contract. Information on registration and annual confirmation requirements may be obtained by calling 1-8 88-227-2423 or via the Internet at http://www.ccr200.com. Lack of registration in the CCR database will make an offeror ineligible for award. TELEPHONE OR EMAIL REQUESTS WILL NOT BE HONORED. Contractors Please note: Online Representations and Certifica tions Applications (OCRA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations an d certifications with your proposal. Instead this solicitation contains a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signatu re, or list any changes. Additional information regarding this policy is located on our website.
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
Country: US
 
Record
SN00797535-W 20050430/050428212143 (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.