Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
SOLICITATION NOTICE

Y -- Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Road Drainage, Fort Polk, La and Military and Civil Projects within the US Army COE (Southwestern Division) Geographic Boundaries

Notice Date
4/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge 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-06-R-0043
 
Response Due
5/22/2006
 
Archive Date
7/21/2006
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Contract for Roads and Drainage, Primarily at Fort Polk, Louisiana and Military and Civil Projects within the US Army Corps of Engineers (Southwestern Division) Geographic Boundaries. Contractors must have a minimum of two (2) years related experience and must possess all state and locally required licenses for this type work within the state of Louisiana or within the state wherever work is being performed. The objective of the contr act is to provide expeditious execution of task orders for roads and drainage construction and repairs that will vary from site to site. Project provides for an IDIQ contract for correction of erosion and drainage within the Southwestern Division area. B idders will be required to price over 300 line items that are associated with the demolition and construction of storm water collection systems. It is anticipated that costs for all general requirements of the proposed contract are included in each bid ite m. The contractors costs for each bid item are expected to include furnishing all labor, materials, equipment, insurance, bond, administrative, supervisory, scheduling, quality control, incidental services, support operations, temporary facilities and cont rols, temporary utilities, safety measures, control of ground water and surface water, site preparation, removal and off post disposal of material and debris; clean up and site restoration as required by the contract documents to perform all work for the f ull completion of each bid item incorporated into the contract for this project. Items include but are not limited to: removal of existing curb and gutters, removal of trees and stumps, construction of various types of inlet structures, construction of ma nholes, pavement replacement, and work site restoration (backfilling, turfing, sodding, seeding and fencing). Further, the costs are expected to include, but are not limited to furnishing off post facilities for offices, for delivery, storage, laydown, and staging areas for construction materials and equipment; and parking space for employees, subcontractors, and vendors. It also includes all requirements for the necessary safeguards and protections of persons from danger within and near the work. Orders will be placed against this contract based on the work items involved and their associated unit price. Estimated duration of the contract will be for an initial base period of 12 months with three (3) option periods of 12 months each for a total not to ex ceed duration of 48 months. Option periods will be exercised at the Governments discretion. The estimated contract amount for the Base Period is $3,500,000.00. The estimated contract amount for Option Period 1, Option Period 2, and Option Period 3 is $3. 5 Million for each option period. Total estimated value of the contract (Base Period plus all Option Periods) is not to-exceed $14 Million. The contract award will be based on Best Value to the Government, which may or may not result in accepting the lo west-priced offer. To determine best value, the Governments proposal evaluation will consist of but not be limited to evaluation of the offerors technical and management capabilities as well as price. The magnitude of construction for this project is bet ween $10,000,000 to $25,000,000. The solicitation is tentatively scheduled to issue on or about April 21, 2006, and bids will be due on or about May 23, 2006 (unless otherwise stated in the solicitation). The North American Industrial Classification Syste m (NAICS) code applicable to this project is 237310, which corresponds to SIC Z222. The Small Business Size Standard is $31 Million. This will be an UNRESTRICTED solicitation. Offers from responsible sources will be considered. Proposals from Large busin ess firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The Ft Worth District Goals are as follows (e xpressed as a percentage of the contractors total planned subcontract amount): Small Business subcontractors 51.2%; Small Disadvantaged Business Subcontractors 8.8%, Woman-Owned Small Business Contractors 7.3%; HUBZone Small Business 3.1%; Service Disabled Veteran-Owned Small Business 1.5%; Reporting by Large Business 100%. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-06-R-0025 Use of the FedTeDS website requires prior registration at www.fedteds.gov. It is the offerors responsibility to monitor the FedTeDS web site (using th e above link) for amendments to the solicitation. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. Plans and specifications will not be available in paper format.
 
Place of Performance
Address: Fort Polk c/o CESWF-RO-FP PO Drawer 3919 Fort Polk LA
Zip Code: 71459-0919
Country: US
 
Record
SN01022305-W 20060408/060406221055 (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.