Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2007 FBO #2197
MODIFICATION

Y -- Job Order Contract (JOC), Fort Bliss, Texas

Notice Date
11/30/2007
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J07R0011
 
Response Due
2/29/2008
 
Archive Date
4/29/2008
 
Point of Contact
John Winnie, (210)221-4145
 
E-Mail Address
Email your questions to ACA, Fort Sam Houston
(john.winnie@us.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
Modification to Synopsis: Note the change to the anticipated date the solicitation will be issued/posted on the Army Single Face to Industry. The Army Contracting Agency Southern Region Contracting Center  West (SRCC-W), Fort Sam Houston, Texas, is soliciting proposals for a contractor to furnish all labor, materials, tools, equipment, transportation and supervision to perform a single award of one (1) Job Order Contract (JOC). The JOC consists of a broad range of sustainment, restoration, modernization, repair and minor construction of buildings, structures or other real property at Fort Bliss, Texas. Construction will be performed in Texas a nd New Mexico for areas serviced by Ft Bliss and may include: Ft Bliss main cantonment area, Biggs Army Airfield, and William Beaumont Army Medical Center, TX; the Dona Ana Range, the Oro Grande Range Camp, and the McGregor Range Camp, New Mexico. The wo rk to be performed under the JOC is necessary for the maintenance, repair and readiness of the Fort Bliss Army Installation. Offers are solicited only from concerns with bona fide offices located in the El Paso, the Lubbock, the San Antonio, TX and the Al buquerque, NM SBA Districts who are expressly certified for participation in the 8(a) program. The North American Industry Classification System (NAICS) for this requirement is 236220 with a small business size standard of $31,000,000.00. The contract ty pe will be a fixed price, Indefinite-Delivery, Indefinite-Quantity contract with an anticipated base period of twelve months and four 1-year option periods. The guaranteed contract minimum is $350,000.00 for the base year and each option year, if the Gove rnment exercises the option period(s). Maximum potential contract value is $50,000,000.00 if all four option periods are exercised. Option periods will be exercised at the Governments discretion. Funds are not currently available for this requirement. This project is Subject to Availability of Fiscal Year 2008 Funding. Note to offerors: The Government reserves the right to cancel the solicitation, either before or after the proposal opening with no obligation to the offeror by the Government. Propo sals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Part 15 for **** Lowest Price Technically Acceptable source selection methodology. **** A bid bond is requir ed in the amount of 20 percent of the bid price or $3,000,000.00, whichever is less. Performance and payment bonding in the estimated annual maximum amount of $10,000,000.00 are also required. The solicitation is anticipated to be issued/posted on or abo ut 16 Jan 2008 under solicitation number W9124J-07-R-0011 to the Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi/. All contractors and subcontractors interested in this project must register at this site. If the solicitation is i ssued on or about 16 Jan 2008, then proposals will be due on or about 16 Feb 2008. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. The Govern ment intends to award without discussions, therefore, the Offeror's initial proposal shall contain its best terms. A pre-proposal conference and site visit will be held at Fort Bliss, the date and time will be provided in the solicitation. All contractor s are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in wr iting via posting to the web. Interested parties must be registered in the Central Contractor Registration (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. Online Representations and Certifications App lication (ORCA) must also be completed for award. Please register Representations and Certifications at - - - http://orca.bpn.gov. The points of contact are Mr. John Winnie, Contract Specialist, at email john.winnie@us.army.mil and Ms. Raineye Holmes, Co ntracting Officer, at email raineye.holmes@us.army,mil.
 
Place of Performance
Address: DPW Bldg 777 Fort Bliss TX
Zip Code: 79916
Country: US
 
Record
SN01461231-W 20071202/071201074915 (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.