Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
MODIFICATION

Z -- Repair & Alteration (R&A) Single Award Task Order Contract (SATOC), US Border Patrol, Tucson, AZ Sector, Tucson area

Notice Date
9/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
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-0251
 
Response Due
3/31/2009
 
Archive Date
12/1/2009
 
Point of Contact
Patricia A Jackson, Phone: (817)886-1054
 
E-Mail Address
patricia.a.jackson@swf02.usace.army.mil
(patricia.a.jackson@swf02.usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Media: FedBizOpps web site Technical POC: Bart Shiver, Phone: 817-886-1535 Contracting POC: George W. Williams, Phone: 817-886-1165 Description/Synopsis Calls regarding this solicitation should be directed to 817-886-1165 or 817-886-1061. Questions regarding this solicitation should be submitted in writing to the following e-mail address: george.w.williams@usace.army.mil or alice.m.hancock@usace.army.mil. This acquisition is set-aside for SBA 8(a) firms only. The Government intends to issue a solicitation with competition limited to eligible certified SBA 8(a) firms. It is the intent of the Ft. Worth District to issue a solicitation for award of one (1) Repair & Alteration (R&A) Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) to support the repair, alteration and maintenance requirements for the US Border Patrol, primarily within the Tucson, AZ area. Typical projects may include, but are not limited to, design-build, construction, alteration, and maintenance/repair of Border Patrol Stations and associated facilities. Typical work may include, but is not limited to: plumbing; electrical; mechanical and HVAC additions; alterations and repair; installation and modifications of interior and exterior security systems; repair and alterations to gates and fencing; additions and alterations to aboveground fueling systems; installation of canopies and sally ports; parking lot and roadway paving improvements; and other related work. Some incidental engineering services related to these activities may be required. The estimated duration for this contract award will be an initial base period term of twelve (12) months with up to four (4) option period terms of twelve (12) months each, for a maximum contract term not to exceed sixty (60) months. The contract will remain active: 1) unless the contractor has a documented past performance record of unsatisfactory; 2) until contract expiration; 3) until task order completion; 4) until total contract capacity limit is reached. The contract will have an estimated maximum capacity of $10 million over the 5-year period. The minimum guarantee for this contract will be $25 thousand. The minimum guarantee amount will be applicable to the base period only. The minimum task order limitation will be $3 thousand. The estimated maximum task order limitation will be $3 million. The Government reserves the right to exceed the stated maximum task order limitation. The solicitation will be a Request for Proposal in accordance with FAR Part 15: there will be no public bid opening. The contract will be awarded based upon a trade-off evaluation resulting in the overall Best Value to the Government. Evaluation will be based upon technical factors (including corporate relevant experience, past performance, management effectiveness, and technical approach of an initial task order project) and price. The main North American Industrial Classification System (NAICS) code that will be 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 solicitation will be issued on (FedBizOpps: www.fbo.gov). Plans and specifications will not be provided in a paper hard-copy format. Any amendments shall be posted to FedBizOpps as well. It is the contractors responsibility to check FedBizOpps daily for any posted amendments. The estimated solicitation issue date is on or about November 19, 2008. Proposals are anticipated to be due thirty (30) days after posting of the solicitation. A pre-proposal conference will be determined at a later date. Specific details regarding the Pre-Proposal Conference will be provided in the solicitation. FedBizOpps (www.fbo.gov) provides a plan holder function, indicated as an Interested Vendor button when viewing this solicitation synopsis. There is also a link to View List of Interested Vendors. Prospective prime contractors, subcontractors, and suppliers are encouraged to utilize this function in FedBizOpps. If you would like, you may also place your companys information on a list of interested contractors Plan Holders List at the Ft. Worth District Corps of Engineers website at www.swf.usace.army.mil. Registering at either the FedBizOpps site or the Ft. Worth District Corps of Engineer s site is voluntary, and registered contractors for either site will not receive copies of solicitations or e-mail notices of solicitation changes. Offerors are encouraged register as an interested contractor and to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the Central Contractor Registration (CCR) in order to be awarded a Government contract. Register with the CCR on the Internet at: http://www.ccr.gov. Questions regarding this solicitation should be submitted in writing to the following e-mail address: George.W.Williams@usace.army.mil. or alice.m.hancock@usace.army.mil Points of Contact: George Williams, Contract Specialist Alice Hancock, Contract Specialist Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2008-08-08 13:31:12">Aug 08, 2008 1:31 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-09-11 14:59:04">Sep 11, 2009 2:59 pm Track Changes Special geographical limitation: This competition is open to all eligible 8(a) firms in SBA Regions 6 and 9.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-08-R-0251/listing.html)
 
Place of Performance
Address: US Border Patrol, Tucson Sector 2430 S. Swan Road Tucson AZ
Zip Code: 58711
 
Record
SN01951214-W 20090913/090912001545-11ee67eb4e3b390ea838226ff6cb9ab3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.