Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
SOLICITATION NOTICE

Z -- Regional Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contracts in Support of Dredging and Shore Protection Projects within the Boundaries of the South Atlantic Division

Notice Date
5/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-07-R-0007
 
Response Due
7/6/2007
 
Archive Date
9/4/2007
 
Small Business Set-Aside
N/A
 
Description
The Government intends to issue a master solicitation from which a minimum of two (2) and a maximum of twenty-six (26) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCS) will be awarded. This solicitation wil l include four specific groupings of projects as follows: Group 1: Unrestricted, Coast Guard Certified Hopper Dredging Projects; Group 2: Small Business Set-Aside Projects; Group 3: Shore Protection Projects; and Group 4: Additional Projects (not included in Groups 1, 2, or 3). Each IDIQ contract will be for a period of one year from date of award, with options to extend four additional one-year periods, not to exceed a total of five years. Maximum order limit is $500,000,000.00 for each of the four Grou ps for the entire five-year period, base year plus four option years. The magnitude of construction per task order will vary and is estimated to be between $1,000,000.00 and $25,000,000.00. Scope of work is expected to vary for each task order. The statem ent of work (SOW) shall be provided with each individual Task Order Request for Proposal. All work shall be completed in accordance with individual task order requirements, specifications/drawings provided with each project or master specifications. All orders will be competitively bid between the contractors that receive an IDIQ Contract within the specific project Group. MATOC awards will be made to the offerors whose proposals represent the best value to the Government. Evaluation criteria for the IDI Q Contracts are Technical, Past Performance and Price. Prospective offerors must submit written past performance for relevant work performed within the past three (3) years. Offerors must submit information from their bonding company stating their ability to acquire bonding up to $10,000,000 for Small Business firms and $25,000,000 for Large Business firms. THIS PROCUREMENT IS WILL BE BOTH AN UNRESTRICTED ACQUISITION AND A SMALL BUSINESS SET-ASIDE. COAST GUARD CERTIFICATION OF VESSELS IS REQUIRED FOR GROU P I PROJECTS AND MAY BE REQUIRED ON SOME PROJECTS INCLUDED IN GROUPS 3 AND 4. AWARDS FOR GROUP 2 PROJECTS WILL BE RESTRICTED TO SMALL BUSINESSES. ALL RESPONSIBLE BIDDERS ARE ENCOURAGED TO PARTICIPATE. The solicitation will be issued on or about 4 June 2 007 with proposals due on or about 6 July 2007. THERE WILL BE A PRE-PROPOSAL CONFERENCE HELD ON OR ABOUT 8 June 2007 (exact time and place will be provided in the solicitation). The solicitation will be issued in electronic format only and will be posted on the Federal Technical Data Solu tions (FedTeDS) website at https://www.fedteds.gov/. There is a VENDOR USER GUIDE available on the FedTeDS website. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER TO RECEIVE NOTIFICATION on the F ederal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. In addition, in order to generate a Plan Holders Li st, all interested bidders must also REGISTER AS INTERESTED VENDOR which is also located on the Federal Business Opportunities website at http://www.fedbizopps.gov/. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You also must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award fro m this solicitation. The ORCA website is located at http://orca.bpn.gov. NAICS Code 237990, size standard $18.5 million.
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN01298309-W 20070520/070518221513 (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.