Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
MODIFICATION

C -- 8a Set Aside for a Multiple Award Task Order, IDIQ Contract for Small Business Region 6 Southwest Region United States.

Notice Date
7/16/2009
 
Notice Type
Modification/Amendment
 
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-09-R-0124
 
Response Due
8/31/2009
 
Archive Date
10/30/2009
 
Point of Contact
Joe Dang, Phone: 817-886-1795
 
E-Mail Address
joe.g.dang@usace.army.mil
(joe.g.dang@usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
This is an 8a Set Aside for Businesses in Small Business Region 6 (Texas, New Mexico, Oklahoma, Arkansas, Louisiana). Multiple Award Task Order Contract (MATOC) for Construction and/or Design-Build for the Healthcare Facilities for the United States Air Force Medical Service (AFMS), the U.S. Army Medical Command (MEDCOM), and other customers of the US Army Corps of Engineers that may have healthcare facility needs. Resultant contract will be an Indefinite Delivery/Indefinite Quantity Construction Contract to provide all necessary labor, material, supervision and equipment for repairs, alterations, design-build and construction, for sustainment, restoration and modernization (SRM) of clinics, hospitals, administrative buildings, health facilities, warehouses, veterinary clinics, ancillary facilities and wellness centers, using military construction (MILCON), Operation and Maintenance (O&M) processes. The scope of work for the resultant contract will primarily be associated with renovation of existing facilities, but may also include major repair and new construction. Work may include, but is not limited to, replacement, restoration or modernization of hospitals, clinics, medical administration buildings, ambulatory health facilities, medical warehouses, medical labs, biological engineering labs, dental clinics, veterinary clinics, wellness centers and any other buildings connected to/associated with Air Force and Army and other federal health facilities within the noted SBA region 6. These programs may involve restoration and modernization projects such as HVAC, medical gas, plumbing, electrical, elevators, building envelope, fire protection, interior renovation, terrorism/force protection, and exterior site and systems work such as utilities infrastructure, road ways, side walks, parking lots, landscaping, irrigation, and etc. This acquisition is being offered for restricted competition. It is anticipated that the program requirements will be met through the use of multiple task order contracts to establish Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contracts. Resultant contracts will be for a period of one (1) base year and four (4) option years, not to exceed five years. This restricted MATOC requirement is estimated at $58.435 million over a five-year period. This will be a competitive Best Value solicitation for 8a set-aside businesses. The North American Industry Classification System (NAICS) applicable to this project is 236220, Commercial and Institutional Building Construction and 236210, Industrial Building Construction which corresponds to SIC 1542. The Small Business Size Standard is $33.5 Million. This synopsis in FedBizOpps includes the Corps of Engineers Fort Worth Districts Small Business subcontracting minimum goals (Small Business 70%, Small Disadvantaged Business 6.2%, Women Owned 7.0%, Service-Disabled Veteran-Owned Small Business 0.9%, and HUBzone Small Business 9.8%) for informational purposes. The RFPs will also contain these goals along with the applicable contract clauses covering small business subcontracting plans. The solicitation number for this project is W9126G-09-R-0124. The solicitation is tentatively scheduled to be issued on or about May 29, 2009, with proposals due on or about June 29, 2009 (unless otherwise stated in the solicitation). The estimated task order maximum is $10 Million. The minimum guarantee for task orders during the Base Year only is $12K. The contract award will be based on Best Value to the Government, which may or may not result in accepting the lowest priced offer. During the solicitation phase, offerors will be asked to submit technical and price proposals for a seed project at Goodfellow AFB in San Angelo, Texas; estimated cost range is approximately 1 to 5 million. The Corps of Engineers, Fort Worth District is issuing this solicitation in electronic format only. All technical documents, including a detailed Statement of Work, will be available through a secure website via a direct link from FedBizOpps. This is a secure website designed to safeguard sensitive but unclassified acquisition information, formerly the access portal called FedTeDS124. Instructions and information on how to become registered in FedBizOpps are available on the FedBizOpps website at http://www.fbo.gov. Paper copies of the solicitation will not be available. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov. It is estimated that a Request for Proposal (RFP) will be available for download from FedBizOpps at www.fbo.gov on or about 29 May 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-09-R-0124/listing.html)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX<br />
Zip Code: 76102-0300<br />
 
Record
SN01878249-W 20090718/090717001101-5a97e8522ddb18e461b581b60c3d261c (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.