Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2008 FBO #2239
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contract (MATOC) for Major General Construction, Design-Build Work, Seattle District, U.S. Army Corps of Engineers

Notice Date
1/11/2008
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-08-R-0018
 
Response Due
4/15/2008
 
Archive Date
6/14/2008
 
Point of Contact
Shannan Lewis, 206-764-6806
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle
(shannan.m.lewis@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This project was originally synopsized as solicitation number W912DW-07-R-0050. POC: Shannan M. Lewis; shannan.m.lewis@usace.army.mil. THIS IS NOT A REQUEST FOR PROPOSALS. The U.S. Army Corps of Engineers, Seattle District, intends to issue an Unrestricted Solicitation for Design-Build Multiple Award Task Order Contracts (MATOC) to firms for Construction of Military Facilities and Infrastructure, primarily within the boundaries of the Seattle District, and throughout the Northwestern Division U.S. Army Corps of Engineers, including the states of Washington, Oregon, Idaho and Montana. As requirements develop, Requests for Proposals (RFPs) for Task Orders will generally be issued on a Competitive Basis, however the Government may issue Task Ord ers on a sole source basis in accordance with FAR Part 16.505(b)(2). Task Orders will primarily include Military Construction (MILCON) or Operations and Maintenance (O&M) projects. The task orders will range from $500 thousand to $35 million dollars and will be utilized for projects of varying size and complexity. Task orders will include major construction, multi-disciplinary maintenance and repair and minor construction work and will include a variety of trades such as carpentry, road repair, roofing, excavation, interior/exterior elements, mechanical, electrical, steam welding, asbestos and lead paint abatement incidental to construction and/pr project design. Up to Five (5) contracts will be awarded, and the total dollar capacity shared between the f irms will not exceed $300 million. This solicitation will be issued with no restrictions regarding to Business size. The Performance Periods for each of the Base MATOC Contracts shall be for Three (3) years, with no option periods. The Solicitation will be available on or about the beginning of March. The issued solicitation, including any amendments, shall establish the official Opening and Closing Dates and Times for receipt of proposals. Proposals received in response to this solicitation will be ev aluated to determine the best value in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15. The solicitation will include a detailed list of Evaluation Factors, including any Sub factors or Elements, and will provide instr uctions for Proposal Requirements and the Basis for Award. Any changes to Evaluation Factors will be issued by amendment. The North American Industry Classification System (NAICS) Code for this project is 236220 with a size standard of $31,000,000.00. A s an Unrestricted Solicitation, all responsible sources may submit a proposal, which shall be considered by the agency. If you are a large business and your proposal will exceed $1 million dollars, you will be required to submit a subcontracting plan with goals for small business (SB), historically underutilized business zone (HUBZone), small disadvantaged business (SDB), woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) conce rns. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last three fiscal years, does not exceed $31 million dollars. HOW TO OBTAIN A COPY OF THE SOLICITATION: The solicitatio n for this project will be issued in electronic format only and will be available for download on the FedTeDS website at???? https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=W912DW-08-R-0018 on or about the beginning of March 2008. No CDs or HARD COPIES WILL BE AVAILABLE. Note: Plan Rooms, Printing Companies, and various Trade Associations frequently register as Plan Holders for electronic solicitations, and make them available in printed or CD-ROM format for a fee. P otential offerors with limited printing or downloading capabilities should consider these alternatives. Offerors are responsible for checking the Web Site freq uently for any update(s) to this Pre-Solicitation Announcement or Amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of Internet connectivity or for an offeror's ina bility to access the document at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST click the Register to Receive Notifications button in the listing for this solicitation on FedBizOpps and fill in your ema il address. If you would like to list your firm so others can see you are an interested vendor, you must click the Register as Interested Vendor button in the listing for this solicitation on FedBizOpps and fill in your information; you can show Prime/Sub /Supplier in one of the address or POC lines. NEW CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained, and online registration may be accomplished, at www.ccr.gov. By submission of a proposal, an offeror acknowledges the requirement to be registered in the CCR database prior to award; during performance; and through final payment of any contract resulting from the solicitation. Refer to CCR clause 252.204-7004. PROSPECTIVE CONTRACTORS MUST BE REGISTERED WITH CCR PRIOR TO AWARD OF ANY CONTRACT. The CCR web page address is www.ccr.gov or one may telephone 1-800-227-2323 for the Contractor Registration Ass istance Center. Other information regarding registration can be obtained through CCR Assistance Center at 1-888-227-2423 or through the internet at?http://ccr.dlsc.dla.mil/ccr/. A paper form for registration may be obtained from the DOD Electronic Commer ce Information Center at 1-800-334-3414. ORCA REQUIREMENTS: There is a new Federal initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and v iewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in Section 00600 of construction solicitations. According to FAR case 2002-024, vendors are required to use ORCA beginning 01 Jan uary 2005. To be eligible for contract award and prior to bidding, a firm must be registered in the database. Please register Representations and Certifications at http://orca.bpn.gov. Detailed information can be found in cited FAR Case, as well as by v isiting the help section of the ORCA website at http://orca.bpn.gov. The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. OFFEROR REPRESENTATIONS AND CERTIFICATIO NS: Prior to bidding, vendors must complete online Representations and Certifications. To do so requires CCR registration, including an MPIN number. Instructions may be obtained, and required information may be entered, at http://orca.bpn.gov. For addit ional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 or the FedBizOpps postings at http:www2.fbo.gov/spg/USA/COE/DACA67/postdateToday_1.html.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN01484078-W 20080113/080111225721 (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.