Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2008 FBO #2305
SOLICITATION NOTICE

Z -- Emergency Temporary Roof Repair Services in Support of Disasters or Emergency Missions Assigned to USACE by FEMA

Notice Date
3/17/2008
 
Notice Type
Solicitation Notice
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F08R0023
 
Response Due
5/8/2008
 
Archive Date
7/7/2008
 
Point of Contact
Cindy Sand, 402-995-2090
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(cindy.m.sand@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
On or about 02 April 2008, the US Army Corps of Engineers (USACE), Omaha District will issue a Request for Proposal for three (3) Indefinite Delivery Contracts (IDC) to provide Emergency Temporary Roof Repair Services in support of disasters or emer gency missions assigned to USACE by the Federal Emergency Management Agency (FEMA). One solicitation package will be utilized to award three (3) OCONUS contracts based upon the specific regions of: Hawaiian and U.S. Pacific Islands, Puerto Rico, and U.S. Virgin Islands. Proposals will be due on or about 08 May 2008. Contracts will be awarded on a best value basis and awards are anticipated to occur approximately 30 May 2008. All contracts will be awarded for a three-year base period and one-two y ear option period for a total of five years. Each contract will have a $25 million maximum. Task orders between $2,500 and $25,000,000 will be issued as needed during the contract periods. NAICS Code 238160 is utilized for this procurement, with average annual gross receipts of $13 million or less to be considered a small business. This project is UNRESTRICTED and is open for small and large business participation. Work consists of Government furnished plastic sheeting installation, demonstrated capability for special needs installations, proposals for best practices for small area and metal roof repairs, and database capability. Large business concerns submitting proposals shall comply with Federal Acquisition Regulation 52.219-9 regard ing the requirement for a subcontracting plan. The US Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2008: (a) Small Business: 70.0% of planned subcontracting dollars. (b) Small Disadvantage d Business: 6.2% of planned subcontracting dollars*. (c) Women Owned Small Business: 7.0% of planned subcontracting dollars*. (d) HUBZone Small Business: 9.8% of planned subcontracting dollars*. (e) Veteran-Owned Small Business: 3.0% o f planned subcontracting dollars*. (f) Service-Disabled Veteran Owned Small Business: 0.9% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. The Contractor will be req uired to commence work immediately after task orders are issued. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. Bonding documents including t he power of attorney shall bear an original signature by an officer of the surety. Proposers/Offerors: Please be advised of on-line registration requirement in the Central Contractor Registration (CCR) database www.ccr.gov and directed solicitat ion provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. T he electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. This solicitation is being advertised under the North American Industrial Classification Systems (NAICS) code 238160  Ro ofing Contractors. Please ensure that this NAICS code is incorporated into your current CCR profile at www.ccr.gov. Failure to have this NAICS code current in CCR may result in not being considered for the award. Obtaining Solicitation Document s: This office will no longer send copies (paper or CDs) of solicitations and amendments to interested parties. Planholders lists will also not be published. Solicitation documents will be posted on FedTeDS. FedTeDS is a web-based dissemi nation tool designed to safeguard acquisition-related information. When solicitation documents have been posted and released on FedTeDs the synopsis will be am ended and a link will be provided to access FedTeDS*. The process to download from FedTeDS is: 1. Find solicitation announcement in FedBizOpps (www.fbo.gov). 2. *Once you open the announcement on FedBizOpps, there will be a link to the solicitation for FedTeDS. Click on the link. 3. If you are a first time user, you will have to register** (see information included below); if not, log in and open the solicitation. 4. Once you have the solicitation open, you can begin downloading the various fi les to your location. **Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Interested parties should select the Begin Vendor/Contractor Registration Process opt ion. The information listed below is required to register. 1. Central Contractor Registration (CCR) 2. Marketing Partner Identification Number (MPIN) 3. DUNS Number or CAGE code 4. Telephone Number 5. E-Mail address Contractual ques tions should be made to Aleasha Cotton at (402) 995 2085 or aleasha.d.cotton@usace.army.mil. Telephone calls regarding Small Business matters should be made to Hubert Carter at (402) 995-2910. Telephone calls regarding contents of specifi cations should be made to the Kim Thomas (402) 995-2448. Commander U.S. Army Engineer District, Omaha ATTENTION: CENWO-CT-C 106 South 15th Street Omaha, NE 68102 1618
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01534308-W 20080319/080317224052 (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  © 1994-2020, Loren Data Corp.