Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

Y -- Floor Repair and Refinishing, Fort Lewis and Yakima Training Center, Washington

Notice Date
8/26/2005
 
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-06-R-0003
 
Response Due
10/12/2005
 
Archive Date
12/11/2005
 
Small Business Set-Aside
N/A
 
Description
Any questions regarding this solicitation should be directed to: Erik Lundstrom at erik.a.lundstrom@nws02.usace.army.mil. The Seattle District Corps of Engineers has a competitive requirement to provide floor maintenance and repair for hardwood and tartan floors and outdoor athletic surfaces at Fort Lewis and Yakima Training Center, Washington. This solicitation will be issued as an Electronic Bid Set (EBS), and will be available to download on or about 12 September 2005 at: http://www.nws.usace.ar my.mil/ct. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of I nternet 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.usace.army.mil/ct/ in order to receive notification of solicitation/a mendment posting. When you register, please do so as a Prime, Sub or Plans Room. This requirement will be a Lowest Price Technically Acceptable procurement conducted in accordance with procedures outline in Federal Acquisition Regulations (FAR) Part 15.101 -2 entitled Lowest Price Technically Acceptable Source Selection Process. Estimated dollar value is in the range of $1,000,000 to $5,000,000. The period of performance is one base period NTE one year and four option periods. The Standard Industrial Class ification (SIC) Code has been replaced by the North American Industry Classification System (NAICS) Code. The NAICS code for this project is 236220, which is matched to SIC Code 1542. Project is open to both large and small business. If you are a large bus iness and your bid or proposal will exceed $1 million, you will be required to submit a subcontracting plan with goals for small business (SB), historically underutilized business zone (HUBZone), small disadvantaged business (SDB), woman-owned small busine ss (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) concerns. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 f iscal years, does not exceed $28.5 million. This will be a Request for Proposal, and a fixed-price contract will be negotiated as a result of this procurement. Visit the Corps of Engineers web site at http://www.nws.usace.army.mil, and for additional contr acting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00880786-W 20050828/050826212943 (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.