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

Y -- Design/Bid/Build IDIQ contract for Construction services for installation support primarily for Army in the San Antonio Area, TX and secondary and within the Southwester Division geographic boundaries.

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-0179
 
Response Due
6/19/2008
 
Point of Contact
Nicholas Johnston, 817-886-1083
 
Small Business Set-Aside
8a Competitive
 
Description
This is a Competitive 8(a) Set-Aside, limited to the Geographical area served by the SBA Dallas / Fort Worth District Office. This Request for Proposal will result in a Firm-Fixed Price Contract, Single award of one (1) Single Award Task Order Contract, (SATOC) to provide for Design/Build or Design/Bid/Build for multi-tasking of construction services with material provisions and fixed labor rates for a wide variety of maintenance, repair, alteration and minor construction type tasks, including asbestos and lead based paint abatement for both military and civil projects primarily for the Army at San Antonio, Texas and within the Southwestern Division Geographic Boundaries. The objective of the contract is to provide expeditious execution of task orders for general construction and/or service work that will vary from site to site. Specific task orders will be issued by the Contracting Officer, in accordance with, unit prices, work schedule, and specifications. Estimated total contract duration (Base Period plus two (2) Option Periods) is thirty six (36) consecutive months after the contract award. Duration of each contract period is not to exceed (NTE) 365 days. Any un-used capacity in one contract period may be carried over into the subsequent contract period. Estimated total contract amount is a Not to Exceed (NTE) amount of $14,900,000. Option Periods will be exercised at the Governments discretion. The Government will obligate to the contractor a guaranteed minimum amount of $20,000.00 for the Base Period. The successful offeror will be required to furnish all labor, materials, permits, equipment and services necessary to manage and accomplish the designated deliveries, recommending a solution and remediation of any problems in a timely and efficient manner. Individual task orders may include a wide variety of professions and trades including, (but not limited to), biologists, environmentalists, environmental abatement, (Asbestos and lead based paint), technicians, agronomists, computer specialists, carpentry, plumbing, road repair, roofing, excavation, demolition, concrete, topographic surveyors, roofers, masonry, welding and engineering, (Civil, Mechanical, Electrical and Structural), fire protection and/or safety. Contractors must have a minimum of two years related experience and must possess all Federal, State and locally required licenses for this type of work within the States of Texas. All offerors will be required to submit cost and technical proposals as outlined in the Request for Proposals, (RFP). There will not be a Pre-Bid Conference. The North American Industrial Classification System (NAICS) code applicable to this project is 236220, Commercial and Institutional Building Construction which corresponds to SIC 1542. The Small Business Size Standard is $31 Million. This will be an 8a SET-ASIDE solicitation limited to the Geographical area served by the SBA Dallas / Fort Worth District Office; the solicitation number for this project is W9126G-08-R-0 ---. The solicitation is tentatively scheduled to be issued on or about 16 May 2008, with proposals due on or about 30 June 2008 (unless otherwise stated in the solicitation). The contract award will be based on Best Value to the Government, which may or may not result in accepting the lowest-priced offer. To determine best value, the Government's proposal evaluation will consist of but not be limited to evaluation of the offerors technical and management capabilities as well as price. After solicitation issuance, contractors may view and/or download this solicitation and all amendments on the Federal Business Opportunities Website. Because of the size of our solicitations, you should not attempt to view them online. Rather download them to your local hard drive and then open them. Plans and specifications will not be available in paper format. It is the offerors responsibility to monitor the Federal Business Opportunities website (using the above link) for amendments to the solicitation. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at the following website: http://www.ccr.gov/
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=257d38634d7dfe83ec923a57126949e1&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
SN01571905-W 20080515/080513220442-257d38634d7dfe83ec923a57126949e1 (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.