Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

Z -- AIWW Facility Maintenance. Atlantic Intracoastal Waterway, Norfolk District, Virginia

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-07-R-0050
 
Response Due
10/17/2007
 
Archive Date
12/16/2007
 
Small Business Set-Aside
N/A
 
Description
AIWW Facility Maintenance, Atlantic Intracoastal Waterway. THIS IS AN UNRESTRICTED PROCUREMENT. The Contractor shall provide all services, materials, supplies, plant, labor, equipment, utilities and supervision, except as specified as Government furnished, to operate, maintain and repair two highway drawbridges, one highway swing bridge, three naviga tion locks, three water control structures, approximately 40 miles of canal waterways, all real property facilities, and approximately 3,100 acres of land owned by the U. S. Army Corps of Engineers, Norfolk District, which is known as the Atlantic Intracoa stal Waterway (AIWW) as contained herein or incorporated by reference. The AIWW is divided into two canals; the Albemarle and Chesapeake Canal (ACC) and Dismal Swamp Canal (DSC) both are on the National Register of Historical Places. The evaluations factors for this procurement is as follows, listed in descending order of importance. The following criteria (a-d) are listed in descending order of importance for evaluation: a) STAFFING AND MANAGEMENT, b) PAST PERFORMANCE, c) QUAL ITY CONTROL, d) SAFETY. The Government reserves the right to reject any or all proposal prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price and to award to the proposer submitting the propos al determined by the Government to be the most advantageous to the Government. Proposers are advised any award may be made without discussion or any contact concerning the proposal received. The Magnitude of Construction is expected to be $10-15 Million. One contract is expected to be awarded for 1 base year and 4 one-year options, if exercised. This is an unrestricted procurement open to all businesses, regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219- 9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Norfolk District are: (1) at least 62 % of a contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) at least 9 % of a contractor's intended subcontract amount be placed with SDB; (3) at least 5 % of a contractor's intended subcontract amount be placed with WOSB; (4) 2 % placed with HUB Zone small businesses; and (5) 3 % placed with Small Business Veteran Owned business. The plan is required with this submittal. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $6.5 million. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must b e at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). The receipt date for proposals is projected to be 1st Quarter, FY08. N AICS CODE 488390 applies to this procurement. Full Solicitation Documents, Criteria and Submission Requirements will be available on/about August 15, 2007 via http://www.fedbizopps.gov/ (search on W91236% for solicitations issued by the Norfolk District). No hard copies will be available. Prospective contractors must be registered in the Federal Technical Data Solutions (FedTeDS, https://www.fedteds.gov) database prior to download of plans and specifications. Prospective contractors must be registered in the DOD Central Contractor Registration (CCR) database prior to award of a contract. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Lack of registra tion in the CCR database will make an offeror ineligible for award. FACSI MILE OR EMAIL SUBMISSIONS WILL NOT BE HONORED. Contractors Please Note: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certifi cation information, via the Internet at http://orca.bpn.gov You no longer have to submit representations and certifications with your proposal. Instead this solicitation contains a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Additional information regarding this policy is located on our website.
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
Country: US
 
Record
SN01356538-W 20070801/070730221851 (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.