Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2008 FBO #2321
MODIFICATION

Z -- ACI EMERGENCY TEMPORARY ROOF REPAIRS IN THE OCONUS AREAS OF ALABAMA, DELAWARE/NEW JERSEY, FLORIDA, GEORGIA, TEXAS; AND ALL 19 STATES

Notice Date
4/2/2008
 
Notice Type
Modification
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
N/A
 
Solicitation Number
W9128F-08-R-0026
 
Response Due
9/2/2008
 
Archive Date
11/1/2008
 
Point of Contact
Aleasha D Cotton, Phone (402) 995-2085, Fax (402) 221-4530
 
E-Mail Address
aleasha.d.cotton@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
On or about 01 August 2008, the US Army Corps of Engineers (USACE), Omaha District will issue a Request for Proposal for six (6) Indefinite Delivery Contracts (IDC) to provide Emergency Temporary Roof Repair Services in support of disasters or emerg ency missions assigned to USACE by the Federal Emergency Management Agency (FEMA). One solicitation package will be utilized to award six (6) CONUS contracts which will consist of: one (1) contract for the state of Alabama, one (1) contract for the state s Delaware/New Jersey, one (1) contract for the state of Florida, one (1) contract for the state of Georgia, one (1) contact for the state of Texas; and one (1) contract for coverage in All 19 States of Alabama, Connecticut, Delaware, New Jersey, Florida, Georgia, Louisiana, Maine, Maryland (with the District of Columbia), Massachusetts, Mississippi, New Hampshire, New York, North Carolina, Pennsylvania, Rhode Island, South Carolina, Virginia, and Texas. Proposals will be due on or about 02 September 2008. Contracts will be awarded on a best value basis and awards are anticipated to occur by approximately 15 November 2008.<br /><br />THIS PROJECT IS SET-ASIDE FOR SECTION 8(a) COMPETITION ONLY.<br /><br />To comply with the Robert T. Stafford Disaster Relief and Em ergency Assistance Act, solicitations are also set-aside to only allow for local firms within the specified areas to compete. (Examples: Section 8(a) contractors located in the state of Maine will compete for the award of the Maine requirement. Section 8(a) contractors in any of the 19 States listed can compete for the award of the All 19 States requirement).<br /><br />All contracts will be awarded for a three-year base period and one two-year option period for a total of five years. Each contract will have a $12.5 million maximum. Task orders between $2,500 and $12.5 million 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.<br /><br />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. <br /><br />Large bu siness concerns submitting proposals shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The US Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2008 :<br /><br />(a) Small Business: 70.0% of planned subcontracting dollars.<br />(b) Small Disadvantaged Business: 6.2% of planned subcontracting dollars*.<br />(c) Women Owned Small Business: 7.0% of planned subcontracting dollars*.<br />(d) HUBZone Small Business: 9.8% of planned subcontracting dollars*. <br />(e) Veteran-Owned Small Business: 3.0% of planned subcontracting dollars*. <br />(f) Service-Disabled Veteran Owned Small Business: 0.9% of planned subcontracting dollars*. <br />*- Small busin ess concerns owned and controlled by. <br /><br />The Contractor will be required to commence work immediately after task orders are issued. Provisions will be included for liquidated damages in case of failure to complete the work i n the time allowed. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety.<br /><br />Proposers/Offerors: <br />Please be advised of on-line registration re quirement in the Central Contractor Registration (CCR) database www.ccr.gov and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are r equired to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are ef fective until one year from date of submission or update to ORCA.<br /><br />This solicitation is being advertised under the North American Industrial Classification Systems (NAICS) code 238160 Roofing Contractors. Please ensure that this NAICS code is inco rporated 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.<br /><br />Obtaining Solicitation Documents:<br />This office will no longer send copies (paper or CDs) of sol icitations and amendments to interested parties. Planholders lists will also not be published. <br /><br />Solicitation documents will be posted on FedTeDS. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information. Whe n solicitation documents have been posted and released on FedTeDs the synopsis will be amended and a link will be provided to access FedTeDS*. The process to download from FedTeDS is:<br />1. Find solicitation announcement in FedBizOpps (www.fbo.gov). <br />2. *Once you open the announcement on FedBizOpps, there will be a link to the solicitation for FedTeDS. Click on the link.<br />3. If you are a first time user, you will have to register** (see information included below); if not, log in and open the solicita tion.<br />4. Once you have the solicitation open, you can begin downloading the various files to your location.<br /><br />**Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperli nk. Interested parties should select the Begin Vendor/Contractor Registration Process option. The information listed below is required to register.<br />1. Central Contractor Registration (CCR)<br />2. Marketing Partner Identification Number (MPIN)<br />3. DUNS Number or CAGE code<br />4. Telephone Number<br />5. E-Mail address<br /><br />Telephone calls regarding contractual questions should be made to: Aleasha Cotton, Contract Specialist at (402) 995-2085. Telephone calls regarding Small Business matters should be m ade to: Hubert Carter, Office of Small Business Programs at (402) 995-2910. Telephone calls regarding contents of specifications should be made to: Kim Thomas, Project Manager at (402) 995-2448.</p> NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-APR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-08-R-0026/listing.html)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE 68102-1618
Zip Code: 68102-1618
 
Record
SN01546653-F 20080404/080403042939 (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.