Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2005 FBO #1474
MODIFICATION

Y -- Y-MILITARY OPERATIONS URBAN (MOUT) PHASE 1, REQUEST FOR PROPOSALS

Notice Date
12/7/2005
 
Notice Type
Modification
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-06-R-0006
 
Response Due
1/31/2006
 
Archive Date
4/1/2006
 
Small Business Set-Aside
N/A
 
Description
Issue date: 22 Dec 2005 Closing Date: 31 Jan 2006 Y-Military Operations Urban Terrain (MOUT) Phase 1, Request for Proposals No. W912PL-06-R-0006. This is an UNRESTRICTED procurement; all responsible sources may submit an offer. When applicable, the Price Evaluation Preference for HUBZone Small Business Concerns will be applied to this procurement. Reference FAR Clause No. 52.219-4, entitled Price Evaluation Preference for HUBZone Small Business Concerns. This project is a Non-Standard Military Operations Urban Terrain (MOUT) site consisting of 41 buildings. It is unique to Fort Irwin and is located approximately 8 miles out in the training area. Two large buildings are considered anchor buildings and a re surrounded by security barriers and guard towers. The remaining buildings referred to as mixed use are less developed and consist of a modular wall system to allow for reconfiguration. Exterior of these buildings consist of pre-cast concrete panels. The North American Industry Classification System (NAICS) code is 2362, Non- Residential Building Construction, $28,500,000 average annual gross revenue for the last three (3) fiscal years. Estimated Cost of the project is OVER $10,000,000. The acquisit ion method is negotiated procurement. Both a technical and a price proposal will be required. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. It is the Gov ernments intent to award based on initial offers without discussions; therefore, the offerors shall provide their best technical and price proposals. Evaluation factors may consist of the following: Past Performance, Experience, Management Plan, Utiliza tion of Small and Small Disadvantage Businesses. Aforementioned evaluation factors may not be all inclusive. The Government intends to issue this solicitation through the use of the Internet. Amendments to this solicitation will be issued as Internet only. No additional media (Compact Disks, Floppy Disks, Facsimile or Paper) will be provided unless the Governme nt determines that it is necessary. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Inter net after solicitation issuance are the following Internet address; http://ebs.spl.usace.army.mil. All bidders are required to check the Los Angeles District Contracting Division website daily to be notified on any changes to this solicitation. All contr actors are encouraged to visit the Armys Single Face to Industry website at http://acquisition.army.mil to view other business opportunities across the Army. Bidders must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: www.ccr.gov. Any prospective bidder interested in bidding on this solicitation must be registered to be placed on the Plan Holders List. If you are not registered, the United States Government is not responsible for providing you with notification of any changes to this solicitation. Bidders shall register themselves on the Internet. Each bidder, after registering for this solicitation should verify that his or her name appears on the Plan Holders List for the project. Please note that there are special instructions pertaining to hand delivered bids. These special instructions will be available in Section 00100 of the advertised solicitation. Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,000,000.00. If the bidder is a large business, they will be required to submit a sub-contracting plan as part of their proposal package. The Los Angeles District subcontracting goals are specific percentages of the contractors total plan ned subcontract amount. The goals are as follows: 51.2% with small business, 8.8% with small disadvantaged business, 7.3% with woman owned small business, 1.5% with service disabled veteran owned small business and 3.1% with hub zone small business. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507.
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN00947582-W 20051209/051207212411 (fbodaily.com)
 
Source
FedBizOpps 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.