Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SOLICITATION NOTICE

Y -- Indefinite Delivery Indefinite Quantity Construction Contracts for Misc O&M Construction Requirements w/Design Capabilities in support of the U.S. Department of Veterans Affairs & Military Installations within the South Atlantic Division, USACE

Notice Date
6/6/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Mobile, US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-08-R-0064
 
Response Due
7/22/2008
 
Archive Date
9/20/2008
 
Point of Contact
Sonya King, (251) 690-2537
 
Small Business Set-Aside
N/A
 
Description
THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS SOLICITATION IS 236220. The work consists of furnishing all plant, labor, supervision, tools, materials, equipment, design, and other items necessary to perform general military construction projects in Alabama, Mississippi and Florida in support of the United States Department of Veterans Affairs and Military Installations within the South Atlantic Division, USACE. This procurement will be advertised via a single Request for Proposal (RFP) and will include multiple small business set-aside competitions allowing for up to twelve Single Award Task Order Contracts (SATOC) to be solicited and anchored at each of the following twelve general locations as follows: Birmingham, AL - 8(a); Montgomery AL - 8(a); Tuscaloosa - AL 8(a); AL/ FL/ MS-Gulf Coast - 8(a); Tampa, FL - Service Disabled Veteran; West Palm Beach, FL - Service Disabled Veteran; Bay Pines, FL- Service Disabled Veteran; North & Panhandle, FL -8(a); Miami, FL - HUB-Zone; Orlando, FL- HUB-Zone; Viera, FL- HUB-Zone; and Puerto Rico -8(a). All proposed SATOC contracts will be awarded through the utilization of Part 15 Competitive Best-Value Source Selection Processes and Techniques. The SATOC in support of Puerto Rico will be advertised in SBA Region(s) II and IV, while all other 8(a) solicitations will be advertised in SBA Region IV only. The HUB-Zone and SDVOSB solicitations will be competitively solicited nationwide. The term of each contract will be for a base period of three (3) years and two (2) twelve month options. Firm Fixed-Price task orders will be issued against these contracts. The guaranteed minimum will be $1,000 per SATOC contract and the total capacity for the contracts range from $50M to $80M over five years. This requirement is handled by the U.S. Army Corps of Engineers, Mobile District, Mobile; AL. Solicitation documents should be available for download on or about 19 June 2008. A Pre-Proposal Conference will be conducted at the Federal Building in downtown Mobile AL, on 26 June 2008 commencing at 0900 C.S.T. The purpose of the conference is to communicate the specific details associated with proposal submission requirements, and to discuss the overall competitive selection process as it relates to this specific procurement. Wage determination information will be in the solicitation package. Proposal due date will be on or about 22 July 2008. Contracting officers will be Mr. Gene Curtis & Mr. Leo Hickman. Questions specific to this solicitation may be answered by sending an inquiry to PROJNET. Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractor must be registered in the DoD Central Contractor Registration (CCR) prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage (www.fbo.gov ). If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractors responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://tsn.wes.army.mil/ComSoftware.asp. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Note No. 3: Critical path method (network analysis system) is required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $31,000,000 for the past three years. Note No. 5: This solicitation includes bid options which may not be awarded. Note No. 6: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps) and https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.cfm. Address questions concerning downloading of plans/specifications to Sonya King at phone number 251-690-2537. Note No. 7: Pre-proposal Conference - The purpose of the conference is to familiarize the bidders with the scope of work, address bidders questions concerning the project, and familiarize the bidders with the PPTO process. Attendance at the conference is strongly recommended. Minutes of the pre-proposal conference will be prepared by the Government and placed on the internet at https://www.fbo.gov. All parties planning to attend should provide the following information to: Point of Contact is Mary Ann Sawyer at mary.a.sawyer@usace.army.mil by noon, 24 June 2008: a. Name of firm with complete mailing address. b. Name, title, and phone number of each representative. The Government shall assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Request For Proposals, the specifications, or related documents. The request for information (RFI) process for bidder inquiries during the advertisement period is contained in the RFP solicitation package available exclusively from FedBizOpps. Other forms of communicating RFIs to the government will not be honored. The government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8304f7f701a2131c9b5d5e202f5101e7&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN01588794-W 20080608/080606220200-8304f7f701a2131c9b5d5e202f5101e7 (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.