Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOURCES SOUGHT

Z -- JOB ORDER CONTRACT (JOC) FOR FORT LEONARD WOOD, MISSOURI, LAKE OZARK RECREATIONAL AREA, AND VARIOUS U.S. ARMY RESERVE PROPERTIES

Notice Date
3/20/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Knox, ACA, Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-09-R-0011
 
Response Due
4/3/2009
 
Archive Date
6/2/2009
 
Point of Contact
Terri Corbett, 502-624-8069<br />
 
Small Business Set-Aside
N/A
 
Description
The Fort Knox Mission and Installation Contracting Command Center Knox is conducting market research for the following requirement: Job Order Contract (JOC) for Fort Leonard Wood, Missouri, Lake Ozark Recreation Area, and various U.S. Army Reserve properties as listed below, for a broad range of real property sustainment, restoration and maintenance of minor construction projects. The projected period of performance is 1 October 2009, or date of contract award, through 30 September 2010, or one year from the date of contract award. The contract may include as many as nine one-year option periods. The contract will be an Indefinite Delivery/Indefinite Quantity type contract. Scope of work encompasses tasks in a variety of construction disciplines. Base period pricing will be based on the 2009 R.S. Means Cost Data modified using the 'Location' cost factor by zip code. Option year pricing will be based on the R.S. Means version in effect at the time the option is exercised (i.e. 2010, 2011, etc). A fixed coefficient will be proposed for each location. The base period guaranteed minimum, initiated through issuance of task orders, is $400,000.00. Each option period will include a guarantee amount of $250,000.00 which will also be initiated through issuance of task orders. The program value is $100,000,000.00; at no time will the sum of all task orders issued exceed the program value. Task orders will be awarded on a firm-fixed price basis after task order negotiation, if negotiation is necessary. The successful contractor must be capable of obtaining a minimum available bonding capacity of $10,000,000.00 aggregate. Locations where projects may be completed is: FOX VALLEY MEMORIAL USARC, Aurora IL COL SCHULSTAD USARC, Arlington Heights IL PFC GANTNER USARC, Belleville IL BLOOMINGTON USARC, Bloomington IL HOWERTER USARC, Canton IL COPPLE USARC, Centralia IL SGT ROBINSON JR USARC, Chicago IL CHAPMAN USARC, Danville IL PARKHURST USARC, Darien IL DEXTER USARC, Decatur IL JOLIET TRAINING AREA, Elwood IL WALTON USARC, Fairfield IL FOREST PARK USARC, Forest Park IL SHERIDAN USARC, Ft. Sheridan IL GRANITE CITY USARC, Granite City IL ZEGA BROTHERS USARC, Harvey IL VIETNAM VETERANS MEMORIAL USARC, Homewood IL LOUIS JOLIET AFRC, Joliet IL NORTH SHORE MEMORIAL USARC, Lake Forest (Ft. Sheridan) IL WILSON USARC, Marion IL AMSA #45, Orland Park IL VETERANS MEMORIAL USARC, Peru IL LINCOLN-DOUGLAS USARC, Quincy IL ROCKFORD USARC, Rockford IL ODONNELL USARC, Springfield IL STEPHENS USARC, Urbana IL WAUKEGAN AFRC, Waukegan IL ELLISON USARC, Wood River IL AMES USARC, Ames IA CEDAR RAPIDS USARC, Cedar Rapids IA SP4 MEANS USARC, Cherokee IA DEFFENBAUGH USARC, Council Bluffs IA CRESTON MEMORIAL USARC, Creston IA DAVENPORT USARC, Davenport IA PFC WOHLFORD USARC, Decorah IA DUBUQUE AFRC, Dubuque IA CPT KADGIHN USARC, Iowa City IA BURLINGTON MEMORIAL USARC, Middletown IA POCAHONTAS USARC, Pocahontas IA FREEMAN-DAVIS USARC, Sac City IA WASHINGTON MEMORIAL USARC & AMSA #118, Washington IA HULTQUIST-FRY AFRC, Waterloo IA MACKEY AFRC & AMSA #115, Sioux City IA FT DES MOINES USARC, & FT DES MOINES MED CENTER USARC, Des Moines IA PFC LEMKE USARC, Fort Dodge IA ATCHISON CAVES STORAGE FACILITY, Atchison KS DESOTO WET SITE, Desoto KS EMPORIA USARC, Emporia KS PRAGER USARC, Great Bend KS HAYS USARCs #1 & #2, Hays KS WIGGINS-ROTTLER USARC, Independence KS TREMBLY WHITE USARC, Kansas City KS CHURCHILL USARC, Lawrence KS FT LEAVENWORTH USARC, Leavenworth KS MANHATTAN USARC, Manhattan KS ASF #37 & USAR Facilities, New Century KS OSAGE CITY USARC, Osage City KS SSGT BRENNER USARC, AMSA #40, & Parsons USARC Annex, Parsons KS LT WM BENEFIELD JR USARC, Pittsburg KS SALINA USARC, Salina KS BG MENNINGER USARC, Topeka KS WALLACE USARC & AMSA #38, Wichita KS SPC DAVIS USARC & AMSA #57, Belton MO CPL FUNK USARC, Bethany MO Lake Ozark Recreation Area (LORA), Linn Creek MO CAPE GIRARDEAU USARC, Cape Girardeau MO MG JONES USARC, Columbia MO FARMINGTON USARC, Farmington MO FORT LEONARD WOOD, Ft. Leonard Wood MO SGT LONG USARC, Independence MO 1LT HEISINGER USARC, Jefferson City MO JOPLIN USARC, Joplin MO SPRINGFIELD AFRC & AMSA #54, Springfield MO WELDON SPRINGS TRNG AREA, St. Charles MO CPL PEDEN USARC, St. Joseph MO ST. LOUIS CENTERS, St. Louis MO (St. Louis USARC, MG SVERDRUP USARC & WAREHOUSES, JEFFERSON BARRACKS USARC, AMSA #55, & St. Peters USARC) WASHINGTON USARC, Washington MO GEN FREMONT USARC, Fremont NE HASTINGS USARC, Hastings NE GEN PERSHING USARC, Lincoln NE OMAHA USARC, AMSA #35, & PVT BOOKER USARC, Omaha NE The appropriate NAICS code for this procurement is 236220; the size standard is $31,000,000.00. This synopsis is not a request for proposal. It is a market research tool being used to determine the level of contractor interest and to develop procurement strategy. The government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. Contractors interested in submitting a proposal for the above identified requirement should submit their statement of interest to the Contracting Officer no later than close of business on Friday, April 3, 2009. Response can be emailed to terri.corbett@us.army.mil, or faxed to 502-624-5869 or 502-624-7165. All responses must include at a minimum the following information: 1. Company's full name, address, telephone number, and point of contact with email address. 2. A statement indicating the offeror's interest in submitting a proposal for these services. 3. A statement indicating the offerors ability to bond at the required level. 4. A synopsis of the contractor's capabilities. 5. Information about the contractor's level of experience on contracts of this nature (i.e. JOC, TOC, SABER, etc). 6. Company size (i.e. large business, small business, HUBZone small business, 8(a), SDVOB, etc).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1908564bb22bee0ce03ab1991fffbfa9&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Knox Directorate of Contracting, Building 1109B Fort Knox KY<br />
Zip Code: 40121-5000<br />
 
Record
SN01774489-W 20090322/090320221025-1908564bb22bee0ce03ab1991fffbfa9 (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.