Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
SOLICITATION NOTICE

Z -- Indefinite Delivery Indefinite Quantity (IDIQ) Construction Services Contract for Installation Support, Fort Polk Louisiana and Military and Civil Projects within the Southwestern Division Geopgraphic Boundaries

Notice Date
7/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-05-R-0053
 
Response Due
9/13/2005
 
Archive Date
11/12/2005
 
Small Business Set-Aside
N/A
 
Description
Primary Point of Contact for this project is Vernon Vann 817-886-1049. Indefinite Delivery Indefinite Quantity (IDIQ) Construction Services Contract for Installation Support, Fort Polk, Louisiana, with construction, services and time-and-material pro visions/clauses fixed labor rates. Task Orders will be issued for a wide variety of maintenance, repair, minor construction tasks (including asbestos and lead-based paint abatement) in support of maintenance, repair and minor construction tasks of the Dire ctorate of Public Works, Fort Polk, Louisiana. The contract will include design services incidental to the construction. Contractors will be required to furnish all labor, materials, permits, equipment, and services necessary to manage and accomplish desig ned deliveries, recommending a solution, and remediating the problem in a timely and efficient manner. Task Orders will include a variety of trades including (but not limited to) carpentry, plumbing, road repair, excavation, demolition, concrete, topograph ic surveyors, roofers, masonry, welding, and architect/engineering (i.e., general, civil, mechanical, electrical, structural, fire protections, life safety). Contractors must have a minimum of two (2) years related experience and must possess all state and locally required licenses for this type of work within the state of Louisiana. The objective of the contract is to provide expeditious execution of task orders for general construction and/or service work that will vary from site to site. Estimated durati on of the contract will be for an initial base period of 12 months with two (2) option periods of 12 months each for a total not to exceed duration of 36 months. Option periods will be exercised at the Government's discretion. The estimated total contract amount for the base period is $6,000,000.00 and $4,000,000.00 for each option period for a total not-to-exceed contract amount of $14,000,000.00. The guaranteed minimum amount for the entire contract is $40,000, and is applicable to the base bid only. Fu nds above the minimum guarantee will be obligated with the issuance of task orders. Contract award will be based on Best Value to the Government, which may or may not result in accepting the lowest-priced offer. To determine best value, the Government's pr oposal evaluation will consist of but not limited to evaluation of the offerors technical and management capabilities as well as price. The construction project price range is $10,000,000 to $25,000,000. The solicitation is tentatively scheduled to issue on or about 12 Aug 2005, and proposals will be due on or about 13 Sep 2005. The North American Industrial Classification System (NAICS) code applicable to this project is 236220, Commercial and Institutional Building Construction. Small Business Standard i s $28.5 million. This is an UNRESTRICTED solicitation. Offers from responsible sources will be considered. If a large business intends to submit a proposal, it must comply with FAR clause 52.219-9, regarding the requirement for a subcontracting plan. The F ort Worth District goals are as follows (expressed as a percentage of the contractors total planned subcontract amount): Small Business Subcontractors  50.9%; Small Disadvantaged Business Subcontractors  8.8%; Women-Owned Small Business Subcontractors- 7 .2%; HUBZone Small Business 2.9%; Service-Disabled Veteran-Owned Small Business  0.5%. The plans and specifications, when available, will be issued on compact disk (CD-ROM) and will be provided free of charge on the issue date. Plans and Specifications wi ll not be provided in a paper hard copy format. Notification of amendments will be made through either 3.5 floppy diskettes, CD-ROM, and/or Internet only. However, the Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view our web site daily for amendments to the solicitation. Contractors may view /download this soli citation and all amendments from the internet after solicitation issuance at the following Internet address: https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.asp Contractors shall register themselves on the Internet to receive a copy of this soli citation (CD-ROM). NO EXPRESS MAIL PROCEDURES WILL BE UTILIZIED ON INITIAL MAILING OF THE CD-ROM. All offerors are encouraged to visit the Armys Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunitie s. Offerers 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/
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00854998-W 20050728/050726212506 (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.