Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOLICITATION NOTICE

56 -- Design Build IDIQ Contracts for Construction Services for Military and Civil Support for Southwestern Division primarily Fort Worth District.

Notice Date
5/13/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-08-R-0171
 
Response Due
6/27/2008
 
Point of Contact
Alisa Marshall, 817-886-1068
 
Small Business Set-Aside
N/A
 
Description
All questions regarding this SYNOPSIS should be submitted in writing to the following E-Mail address: alisa.marshall@usace.army.mil. This Acquisition shall be competed as UNRESTRICTED. This synopsis is for the purpose of a pre-solicitation notification only. An unrestricted solicitation shall be issued for Design-Build Construction Services. Services include Design-Build, Design-Bid-Build, and Construction services to meet the requirements for the following customers: Military, Civil, and Inter Agency. Contracts will be Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs), with a base period plus four one-year option periods, for the U.S. Army Corps of Engineers Southwestern Division (SWD) for design-build, design-bid-build, and construction services with an estimated workload value of $450 million for SWF and SWD customers. Scope of work includes, but is not limited to, construction, renovation, repairs and alterations, preventive maintenance, environmental abatement, and operations activities. The contracts are not only intended to execute new construction, design-build and design-bid-build, but to provide a timely response to remediation of real and personal property facilities, e.g., maintenance, repair, asbestos and lead-base paint abatement, and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection. Geographical locations will primarily be within the Fort Worth District (SWF) however other SWD districts (Little Rock, Tulsa, and Galveston) will have the ability to utilize as needed to execute mission requirements. Work is anticipated at locations with higher concentrations of facilities, but may be spread throughout the SWD to include the military boundaries of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas, and the civil works boundaries of Arkansas, Kansas, Louisiana, Missouri, Oklahoma, and Texas. The contracts will provide the resources necessary to satisfy routine FFP task order projects and FFP investigation and repair projects simultaneously. The work requirements will range from rehabilitation, repair, to design and construction. The contractors will be able to respond within a time commensurate with the need. The Government anticipates that prime contractors will hire local subcontractors for many common tasks because local subcontractors are familiar with the installations requirements. The Fort Worth District intends to award two or more contracts as Unrestricted within this pool, with a maximum task order limitations of $33 million and a minimum task order limitation of $3,000. All work estimated at or below $5,000,000 will first be considered for performance by contractors in the SDVOSB and or the HUBZone pools. The minimum guarantee for the unrestricted contract is $25,000 and it only applies to the base period. The Government reserves the right to exceed the stated maximum task order limitation. The solicitation will be a negotiated acquisition; there will be no public bid opening. All contracts will be awarded based upon an evaluation of the overall Best Value to the Government. The basic contract award is anticipated to consider pricing associated with professional labor rates. These rates will not be subject to the Service Contract Act nor the Davis Bacon Act; General and Administrative rate; and Overhead rates. After award, competition among the individual pool of contractors for project specific task order requirements is expected to result in fair and reasonable pricing. However, the contractors pricing will primarily be associated with the quantity of professional labor based on the established contract unit price, competitive subcontractor pricing, and commercial items associated with a specific requirements. The contractors proposal for a task order will include all the costs for the projectlump sum. There will not be a line item cost for subcontractors or commercial items on the bid schedule. The Government will not pay for proposal preparation costs. The price proposal shall also (as applicable) include cost for: All waste and excess material, Mobilization and close out for the total contract and each task order, Clean up, Safety (e.g., safety rails, safety nets, tethers, face/clothing protection, etc.), Traffic and work-site signs and barriers, Project management and supervision, Quality Control (QC), Office management and equipment, Depreciation of mobile office(s), Subcontractor profit, As-Built drawing, submittal, permits, license and other risks of doing business, and Site security. The North American Industry Classification System (NAICS) code for this program is 236220, Commercial and Institutional Building Construction with a corresponding Standard Industrial Code (SIC) of 1542 and a business size standard of $31 million. This solicitation will be issued via Internet only on FebBizOpps Website at www.fbo.gov. Notification of amendments shall be made via FebBizOpps only. It is the contractors responsibility to check the below-listed Internet address daily for any posted changes to this solicitation. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. Estimated solicitation issue date is on or about the estimated date of May 29, 2008. Proposals are anticipated to be due on or about June 27, 2008. For security reasons, this solicitation and all technical data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Contractors registered with the FedTeDS website may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-08-R-0171. Contractors are encouraged to utilize the function in FedBizOpps. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. ALL QUESTIONS REGARDING THIS SYNOPSIS/PRESOLICITATION NOTICE SHOULD BE SUBMITTED IN WRITING TO THE FOLLOWING E-MAIL ADDRESS: alias.marshall@usace.army.mil Point of Contact for this Synopsis and or Solicitation: Mrs. Ali Marshall. Email your questions to the US Army Corps of Engineers, Fort Worth District to the attention of alisa.marshall@usace.army.mil. Administering Contracting Office: US Army Corps of Engineers, Fort Worth District, ATTN: CESWT-CT, Contracting Division, 819 Taylor Street, Room 2A19, Fort Worth, TX 76102
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=14a3674937640bc574d715bc6cb09024&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN01571680-W 20080515/080513215936-14a3674937640bc574d715bc6cb09024 (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.