Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2005 FBO #1266
SOLICITATION NOTICE

Y -- Advanced Contract Initiative (ACI) Temporary Roofing Mission - CONUS

Notice Date
5/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-05-R-0023
 
Response Due
7/1/2005
 
Archive Date
8/30/2005
 
Small Business Set-Aside
N/A
 
Description
On or about 30 May 2005, the US Army Corps of Engineers (USACE), Omaha District will issue a Request for Proposal for five (5) Requirements/Indefinite Delivery Indefinite Quantity (IDIQ) type contracts to provide emergency temporary roof repair servi ces in support of disasters or emergency missions assigned to the USACE by the Federal Emergency Management Agency (FEMA). One solicitation package will be utilized to award five (5) contracts based upon specific regions and states consisting of: Region 1- NAD-New Jersey, New York, Pennsylvania, Connecticut, Massachusetts, Rhode Island, Maine, New Hampshire, Maryland, Delaware, Washington D. C., and Virginia; Region 2A- SAD-Alabama and Florida; Region 2B- SAD- Georgia, North Carolina and South Carolina; R egion 3- MVD-Louisiana and Mississippi; and Region 4- SWD-Texas. Proposals will be due on or about 01 July 2005. NAICS 238160 is utilized with a $12 million size standard. This project is UNRESTRICTED and is open for small and large business participati on. The potential contracts will consist of two (2) phases. Phase I, Requirements guaranteeing the first $100,000.00 in contractual awards for any USACE/FEMA responded mission; Phase II, IDIQ Options for additional repairs of up to $49,900,000.00. The contra cts duration will run for a basic performance period plus four (4) one-year options. Task order will be issued as needed during the contract period. The work described is for approximate quantities. Work consists of Government furnished plastic installation, a demonstrated capability for special needs installations, proposals for small repair scenarios, providing sanitary facilities for workers, participation in exercises and training, and GIS databas e capability. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting proposals for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The US Army Corps of Engi neers considers the following goals reasonable and achievable for fiscal year 2005: (a) Small Business: 50.9% of planned subcontracting dollars. (b) Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. (c) Women Owned Small Business: 7.2% of planned subcontracting dollars*. (d) Service-Disabled Veterans: 0.5% of planned subcontracting dollars*. (e) Hubzones: 2.9% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be required to commence work immediately after task orders are issued. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bon ding documents including the power of attorney shall bear an original signature by an officer of the surety. Proposers: Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.b pn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission o r update to ORCA. The solicitation will be available through INTERNET ACCESS ONLY. Hard copy, printed documents/amendments will not be provided. All solicitation documents and amendments thereto will be posed to the Omaha Districts Advertised Solicitation Web Site. At t he time of its release, contractors may view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/ Telephone calls regarding contractua l questions should be made to: (402) 221 3910. Telephone calls regarding Small Business matters should be made to: (402) 221 4110. Telephone calls regarding contents of specifications should be made to the Project Manager at: (402) 221-4148.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00807044-W 20050515/050513212310 (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.