Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOLICITATION NOTICE

Z -- Indefinite Delivery/Indefinite Quantity (IDIQ) Construction Contract for the Metroplex Regional Office (Ray Robert Lake, Grapevine Lake, Lewisville Lake, Lavon Lake, Benbrook Lake, Joe Pool Lake, and Bardwell Lake), Texas.

Notice Date
5/16/2007
 
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-07-R-0063
 
Response Due
6/29/2007
 
Archive Date
8/28/2007
 
Point of Contact
Jean K. Ross, 817-886-1165
 
E-Mail Address
US Army Engineer District, Fort Worth
(Jean.Ross@swf02.usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
This acquisition is set-aside for 8(a) construction competition within the geographical area of the competition set forth in the U.S. Small Business Administration, Dallas/Fort Worth District Office. Solicitation Number W9126G-07-R-0063 will be issu ed approximately fifteen (15) days from the date of this synopsis being published. This Request for Proposal (RFP) will result in a Firm-Fixed Price Contract. This will be an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract in support of the US Army Corps of Engineers, Fort Worth District, Metroplex Regional Office (Ray Robert Lake, Grapevine Lake, Lewisville Lake, Lavon Lake, Benbrook Lake, Joe Pool Lake, and Bardwell Lake), Texas. Estimated total contract duration (Base Period plus four (4 ) Option Periods) is sixty (60) consecutive months after the contract award. Duration of each contract period is not to exceed (NTE) 365 days. The estimated contract amount is between $5,000,000 and $10,000,000. Option periods will be exercised at the Governments discretion. However, the Government shall reserve the right to exercise options earlier than the 12 months period if the capacity in one option is exhausted earlier than the twelve (12) months period if the capacity in one option is exhaust ed earlier than expected. Option year unit prices will be based on the Economic Price Adjustment Factor, (Construction Cost Index), as published by ENR Magazine, applied to the Base Period unit prices. Bid Bond is $500,000, and shall accompany proposal o r the proposal shall be rejected. Performance and Payment Bond requirements shall be in accordance with FAR 52.228-15, as stated in the current issue of Federal Acquisition Regulation. The Government will obligate to the contractor a guaranteed minimum amount of $30,000 for the Base Period plus 4 option periods. The Contractor will be required to furnish all labor, materials, permits, equipment, and services necessary to manage and accomplish designated deliveries, recommending a solution and remediati on for the problem in a timely and efficient manner. The objective of the contract is to provide expeditious execution of task orders for general construction work that will vary from site to site. Specific task orders will be issued by the Contracting Officer, in accordance with, unit prices, work schedule, and specifications. Task Orders will include a variety of trades including RENTAL OF CONSTRUCTION EQUIPMENT WH OPERATORS, BOUNDARY LINE CLEARING UNDERBRUSHING, TREE REMOVAL, EXCAVATION, CONCRETE S IDEWALKS AND/OR CONCRETE PAVEMENT, STANDARD CONCRETE CURB AND GUTTER, ROAD BORING, INSTALLATION OF UNDERGROUND SLEEVES, INSTALLATION OF WATER VALVES WITH COVER BOX, INSTALLATION OF WATER LINE, INSTALLATION OF CULVERTS, INSTALLATION OF SEWER LINE, INSTALL ATION OF PERFORATED SEWER FIELD LINES, INSTALLATION OF DIRECT BURIAL UNDERGROUND ELECTRIC LINES, INSTALLATION OF UNDERGROUND ELECTRIC LINES IN CONDUIT, INSTALLATION OF BARBED WIRE FENCE, CONSTRUCTION OF WOVEN AND BARBED WIRE FENCE, CONSTRUCTION OF SPLIT RA IL FENCE, CONSTRUCTION OF PIPE FENCE, GATE CONSTRUCTED IN PIPE FENCE, CONSTRUCTION OF AREA ACCESS CONTROL GATES, INSTALLATION OF GUARD POST AND CABLE FENCE, CONSTRUCTION OF CHAIN LINK FENCE, CONSTRUCTION OF CHAIN LINK GATES, PARK SIGN INSTALLATIONS, INSTAL LATION OF METAL BEAM GUARD FENCE (GUARD RAIL), REPAIR OF METAL BEAM GUARD FENCE (GUARD RAIL), UPRIGHT CONCRETE STOP BLOCKS (WHEEL STOPS), INSTALLATION OF HORIZONTAL TIMBER DELINEATORS, INSTALLATION OF WATER RISERS, WITH FAUCETS, ANCHORED TO STEEL POSTS, IN STALLATION OF RV PEDESTAL, CONCRETE STRUCTURES, INSTALLATION OF POST-MOUNTED AND GROUND-MOUNTED COOKERS/FIRE RINGS, PICNIC SHELTERS, NATURAL STONE MASONRY, CONCRETE MASONRY UNITS AND BLOCK FILLER, INSTALLATION OF INTERNAL INSULATION, LIGHT FRAMING CARPENTR Y, WINDOW AND DOOR INSTALLATION HEAVY FRAMING CARPENTRY, TONGUE AND GROOVE DECKING, TRIM AND FINISH CARPENTRY, AND INSTALLATION OF ROOF SHEATHING/WALL SHEATHING /SOFFITS/WALL SIDING/DECORATIVE PANELING/PLASTIC LAMINATE PANELING. The Contract Specialist for this solicitation will be Jean K. Ross, E-mail: Jean.Ross@swf02.usace.army.mil. There will be no public bid opening. The North American Industrial Classification System (NAICS) code applicable to this project is 236220. The s olicitation is tentatively scheduled to be issued on or about 31 May 2007, with proposals due on or about 29 June 2007 (unless otherwise stated in the solicitation). The contract award will be based on Best Value to the Government, which may or may not re sult in accepting the lowest-price d offer. To determine best value, the Government's proposal evaluation will consist of but not be limited to evaluation of the offerors technical and management capabilities as well as price. 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-07-R-0063. Because of the size of our solicitat ions, you should not attempt to view them online. Rather download them to your local hard drive and then open them. Use of the FedTeDS website requires prior registration at www.fedteds.gov. Plans and specifications will not be available in paper forma t. It is the offerors responsibility to monitor the FedTeDS web site (using the above link) for amendments to the solicitation. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. Yo u may register with the CCR at http://www.ccr.gov/. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); 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.fbo.gov/spg/USA/COE/DACA63/W9126G-07-R-0063/listing.html)
 
Place of Performance
Address: US Army Engineer District, Fort Worth Metroplex Regional Office (Ray Robert/Grapevine/Lewisville/Lavon/Benbrook/Joe Pool/Bardwell Lakes) Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01295966-F 20070518/070516221953 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.