Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2008 FBO #2257
SOLICITATION NOTICE

Y -- Synopsis of Proposed Contract Action for Facility Repair and Renewal Program  8(a) Competition

Notice Date
7/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-07-R-0032
 
Response Due
7/17/2007
 
Archive Date
2/16/2008
 
Point of Contact
sarah.annerton, 256-895-1167
 
E-Mail Address
US Army Corps of Engineers, Huntsville
(Sarah.Annerton@hnd01.usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
This synopsis publicizes contract actions proposed to support the US Army Engineering and Support Centers Facility Repair and Renewal (FRR) Program. The purpose of the FRR program is to support its various customers throughout the Continental Unite d States, District of Columbia, Alaska, Hawaii, and U.S. Territories and possessions with their facility repair, renovation, conversion, alteration, addition, construction, equipment procurement/installation, and maintenance requirements. In order to acco mplish this objective, the FRR program proposes to award multiple Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, under which firm-fixed price (FFP), cost-plus-incentive-fee (CPIF), or time and materials (T&M) task orders may be issued for the p rovision of stand-alone repair/renewal services or a combination of repair/renewal and supplemental A-E services (i.e. Design-Build). Specifically, task orders may be awarded for work to be performed through-out the United States, including Alaska, Hawaii, and all US territories, for the following Government agencies: Department of Defense, Department of Homeland Security, National Aeron autics and Space Administration (NASA), Department of Veteran Affairs, State Department, Department of Interior, Department of Energy, Department of Transportation, and state and local governments. Prior Government contract experience is not required for receiving an award under the planned solicitation. However, all construction performance must be in compliance with the U.S. Army Corps of Engineers (USACE) Safety and Health Requirements Manual, EM 385-1-1 and must also comply with all Federal, State and local laws, ordinances, codes, and regulations. Offerors may propose this requirement as a sole contractor, prime contractor with subcontractor(s), a joint venture, or a teaming arrangement. Performance and payment bonding is required for all maintenanc e, repair, renewal, and construction efforts. Offerors must be able to perform multiple contracts (task orders) simultaneously in various geographic locations. Offerors must have the ability to bond the construction efforts at a minimum of $5,000,000 per task and $25,000,000 aggregate. Offerors must have the capability to perform Site Investigations; provide Feasibility Studies; develop Designs/Work Plans; and perform construction, repair, or maintenance efforts to include architectural, mechanical, ele ctrical, civil, structural, instrumentation, communications, security, force protection, safety, systems, and cost, as well as environmental and hazardous materials abatement areas of Government facilities. Offerors must have the capability to perform al l work efforts required under this contract at Government facilities in accordance with all applicable technical publications, codes, and specifications. Repair and construction experience is required. The proposed ordering period is for one (1) base year and four (4) one-year option periods. The total programmatic repair/renewal requirements expected to be awarded under the FRR construction (with design-build capabilities) contracts are anticipated to equal approximately $500,000,000. The Government will conduct three separate competitions for award of multiple ID/IQ construction (with design-build capabilities) contracts to support this programs repair/renewal requirements (one unrestricted, one rest ricted for competition amongst 8(a) small businesses, and one restricted for competition amongst HUBZone small businesses). This synopsis publicizes a proposed solicitation (request for proposal) for the restricted 8(a) competition. Any contract(s) resul ting from the proposed solicitation is set-aside for 8(a) small business concerns. Offers from other than 8(a) small business concerns will not be considered. The unrestricted competition and the HUBZone restricted competition will be publicized and solic ited separately under solicitation numbers W912DY-06-R-0029 and W912DY- 07-R-0033, respectively. Of the total $500,000,000 programmatic capacity, the total capacity of $276,000,000 is estimated for the unrestricted MATOC pool, $112,000,000 is estimated for the 8(a) MATOC pool, and $112,000,000 is estimated for the HUBZone MAT OC pool. Each MATOC total capacity will be shared amongst all awardees in the MATOC pool. A more detailed description of the acquisition strategy will be provided in the solicitation documents. The 8(a) restricted solicitation will be made available to interested parties through the Federal Business Opportunities website at www.fedbizopps.gov, after the closing date of this synopsis. Technical data (i.e. Division 01 Specifications) required to r espond to the solicitation will not be furnished as part of the solicitation but may be obtained at https://www.fedteds.gov, after the closing date of this synopsis. All responsible 8(a) sources may submit a proposal which will be considered by the agency in accordance with the solicitation requirements. Vendors who intend to download the solicitation and submit a proposal are requested to contact the Contract Specialist, Mrs. Sarah Annerton, via email at Sarah.Annerton@usace.army.mil for informational an d planning purposes. Significant evaluation factors for award are anticipated to include: Task Order Approach, Overall Program Approach, Experience, Past Performance, and Price. Awards are anticipated to be made in early 2008. Numbered note 9 applies. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-JUL-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA87/W912DY-07-R-0032/listing.html)
 
Place of Performance
Address: varies - see description P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01495432-F 20080131/080129231738 (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.