Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2006 FBO #1663
SOLICITATION NOTICE

Z -- Design/Build IDIQ Multiple Award Task Order Contracts (MATOC) primarily at Fort Bliss, Texas and the Southwestern region of the United States

Notice Date
6/14/2006
 
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-06-R-0068
 
Response Due
7/31/2006
 
Archive Date
9/29/2006
 
Small Business Set-Aside
8a Competitive
 
Description
Design/Build IDIQ contract for construction services for installation support primarily at Fort Bliss, Texas and the Southwestern region of the United States. Multiple Award Task Order Contracts, (MATOC), will include military and civil projects with in the geographical boundaries of the United States Army Corps of Engineers, (USACE), Southwestern Division. This project provides for the renovation, repair and/or alteration of construction services type work primarily at Fort Bliss Texas and the southwe stern region of the United States in support of BRAC 2005, Integrated Global Presence and Base Strategy Army Modular Force Transformation. To be considered eligible, firms must be certified 8(a) and have a bona fide office in one of the three SBA regions, 6, 8 or 9. This Multiple Award Task Order type Contract, (MATOC) will be awarded providing for three 8(a) type contractors. The maximum capacity is $40 Million. The work will be primarily limited to the USACE Southwestern Division area. This Indefinit e Delivery, Indefinite Quantity, (IDIQ), MATOC type contract is designed to provide for multi-tasking of construction services with material provisions and fixed labor rates for a wide variety of maintenance, repair, alteration and minor construction type tasks, including asbestos and lead based paint abatement for both military and civil projects within the geographic boundaries of the U.S. Army Corps of Engineers, Southwestern Division and the southwestern region of the United States. The objective of the se contracts is to provide for the expeditious execution of task orders for general construction and/or service work that will vary from site to site. Specific task orders will be issued by the Contracting Officer in accordance with the unit prices, work s chedule and specifications contracted. The estimated contract duration will not exceed 60 months. An initial base period of 12 months with four option periods of 12 months each is anticipated. The option periods may or may not be exercised at the Governmen ts discretion. Any under utilized contract capacity in any one contract period may be carried over into the subsequent contract period. The guaranteed amount will be $5,000.00 for the base period. There will be no guaranteed minimum amount for any of the option periods. The successful offerors will be required to furnish all labor, materials, permits, equipment and services necessary to manage and accomplish the designated deliveries, recommending a solution and remediating any problems in a timely and ef ficient manner. Individual task orders may include a wide variety of professions and trades including, (but not limited to), biologists, enviornmentalists, environmental abatement, (Asbestos and lead based paint), technicians, argonomists, computer special ists, carpentry, plumbing, road repair, roofing, excavation, demolition, concrete, topographic surveyors, roofers, masonry, welding and engineering, (Civil, Mechanical, Electrical and Structural), fire protection and/or safety. Contractors must have a mini mum of two years related experience and must posses all Federal, State and locally required licenses for this type of work within the States of Texas, Louisiana, New Mexico, Arkansas, Oklahoma, Nevada, California and Arizona. All offerors will be required to submit cost and technical proposals as outlined in the Request for Proposals, (RFP). All contract awards will be based on Best Value to the Government which may or may not be the lowest prices offered. Firm-fixed price type contracts are anticipated t o be awarded using Best Value evaluation criteria. The solicitation, (W9126G-06-R-0068), is anticipated to be issued on or about 30 June 2006, and offers will be due on or about 31 July 2006. No public bid opening procedures are applicable to this solicit ation. Anticipated award date is 30 August 06. Anticipated project completion date is 30 August 2011. FAR 52.219-14, Limitations on Subcontracting applies. The small business successful offeror(s) are required to perform at least 15 percent of the final cost of the contract, not including the cost of materials, with its own employees. The 2002 North American Industrial Classification System (NAICS) code applicabl e to this project is 236220. SIC is 1542. The Product Service Code is Y299. The Small Business Size Standard is $31 Million. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet ad dress: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-06-R-0068 (Do not include period in link). The use of the FedTeds website requires prior registration at www.fedteds.gov. Plans and specifications will not be made available in paper format or on compact disc. It is the offerors responsibility to monitor the FedBizOps web site and FedTeds web site for amendments to the solicitation. You must be registered with the Central Contractor Registration Databas e,(CCR), to receive a Government contract award. You may register with the CCR at http://www.ccr.gov/. The Primary Point of Contract for this project is Mr. David M. Deleranko, USACE Contract Specialist, (817)886-1087. Plans and specification will not be provided in a hard paper copy format unless the Government determines that it is absolutely necessary. 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 the FedTeds website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the FedTeds address after solicitation issuance at the following address: https://www. fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-06-R-0068 Contractors shall register themselves at this Website under the solicitation number to receive a copy of the solicitation. Further, all potenial offerors are a lso encouraged to visit the Armys Single Face to Industry Website located at http://acquisition.army.mil/default.htm to view other official business opportunities.
 
Place of Performance
Address: FORT BLISS c/o Southwestern Area Office, US Army COE 6380 Morgan Ave., Suite A El Paso TX
Zip Code: 79906-4604
Country: US
 
Record
SN01069611-W 20060616/060614221845 (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.