Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2005 FBO #1384
SOLICITATION NOTICE

Z -- JOC, provide all labor, supervision, materials, and equipment for a broad range of real property maintenance and repair/minor construction projects.

Notice Date
9/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-05-R-0092
 
Response Due
9/23/2005
 
Archive Date
11/22/2005
 
Point of Contact
verbeckmoesk, 8084386535
 
E-Mail Address
ACA, Fort Shafter
(kathleen.verbeckmoes@shafter.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Job Order Contract (JOC), Multiple awards 8(a) and unrestricted. Indefinite quantity type contract for performance of a broad range of real property maintenance and repair or minor construction projects on various Army installations on the islands o f Oahu, Hawaii, and Maui, State of Hawaii. The JOC is intended to provide rapid response to major repair and minor construction relating but not limited to civil, architectural, mechanical, electrical, instrumentation and safety areas of Government facili ties in a cost effective manner. Mechanical involvement may include heating, ventilation and air conditioning, refrigeration, fuel lines, elevators as well as plumbing. Projects in the electrical area may include power and service supplies, distribution and utilization systems, generators and uninterrupted power supplies. Instrumentation projects include fire alarm systems. Safety projects may include upgrade of life safety and fire suppression systems. Asbestos and/or lead based paint abatement may be required during equipment systems repairs. Architectural, structural and civil efforts are also required. Task orders will be issued for individual projects. Performance period is 12 months, with a one-year base period and four pre-priced four-year opt ion periods. This will be a multiple award; one will be restricted to all eligible 8(a) firms serviced by the Small Business Administration Honolulu District Office and one unrestricted. The 8(a) maximum dollar value is $3,000,000, and a guaranteed minim um of $300,000 for the base year. The base year and the four one-year option periods will not exceed the maximum value of $15,000,000. The unrestricted maximum dollar value is $5,000,000, and a guaranteed minimum of $300,000 for the base year. The base year and the four one-year option periods will not exceed the maximum dollar value of $25,000,000. There is no minimum guaranteed for the option period. Evidence of bonding in the amount of $5,000,000, the stated estimated annual maximum contract value f or the unrestricted award. Competition is limited to 8(a) firms certified for participation in the 8(a) program who is serviced by the Honolulu District Office and who submit evidence of bonding in amount of $3,000,000, the stated estimated annual maximum contract value for the 8(a) award. An 8(a) construction firm with a place of business (I.E., principal place, office, or branch office) located in the area serviced by the Honolulu District Office where the work is to be performed is eligible for a ward of the contract. Firms should contact the Honolulu District Office at (808) 541-2974 for specific definitions of office and full time employees. The solicitation issue date will be on or about 24 September 2005. A copy of the solicitation can be retr ieved through the Army Single Face to Industry website at http://acquisiiton.army.mil. If unable to retrieve the solicitation through ASFI, please contact the following for a copy, Kathleen Verbeckmoes, (808) 438-6535 x210, email kathleen.verbeckmoes@shaf ter.army.mil, Geralyn Ambrosio, (808) 438-6535 x 187 email ambrosig@shafter.army.mil, or Kerry Luke, (808) 438-6535 x 147, email lukek@shafter.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABQ/DABQ06/W912CN-05-R-0092/listing.html)
 
Place of Performance
Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
Zip Code: 96858-5025
Country: US
 
Record
SN00890839-F 20050910/050908213651 (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.