Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
MODIFICATION

Z -- RECOVERY--Z--Multiple Award Indefinite Delivery Indefinite Quantity contracts (MATOC IDIQ) for Construction Services for Military Projects within the Southwestern Division Boundaries, primarily Red River Army Depot, Texas

Notice Date
9/22/2009
 
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-09-R-0096
 
Response Due
9/1/2009
 
Archive Date
12/31/2009
 
Point of Contact
Richard D. Feller, Phone: 817-886-1056, George W. Williams, Phone: 817-886-1165
 
E-Mail Address
richard.feller@usace.army.mil, george.w.williams@usace.army.mil
(richard.feller@usace.army.mil, george.w.williams@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
All questions regarding this SYNOPSIS should be submitted in writing to the following E-Mail address: richard.feller@usace.army.mil. This Acquisition shall be competed as a Total Small Business Set-Aside. This synopsis is for the purpose of a pre-solicitation notification only. A Total Small Business Set-Aside solicitation shall be issued for Multiple Award Indefinite Delivery Indefinite Quantity contracts (MATOC IDIQ) for Construction Services for Military Projects within the Southwestern Division Boundaries, primarily Red River Army Depot, Texas. Contracts will be Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs), an estimated shared capacity of $49,900,000.00 million over a 5 year period (1 year base period plus 4 1-year option periods). The scope of this MATOC includes, but is not limited to, construction, renovation, repairs, preventive maintenance, environmental abatement, and operations activities. The contracts are not only intended to execute new construction, design-build and design-bid-build, but to provide a timely response to remediation of real and personal property facilities, e.g., maintenance, repair, asbestos and lead-base paint abatement, and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection. From this solicitation, a pool of three to five contracts will be awarded to Small Businesses. The pool of contracts have a combined estimated capacity of $49,900,000. Each contract shall have a base period of one year plus four one-year option periods. A guaranteed minimum of $10,000.00 per contract will be awarded for the base period only. Task orders issued under this contract may range from a minimum amount of $3,000.00 to a maximum amount of $5,000,000.00 million. Historically, task order projects at Red River Army Depot have averaged approximately $200,000 in value. The Government reserves the right to exceed the stated maximum task order limitation. The solicitation will be a negotiated acquisition; there will be no public bid opening. All contracts will be awarded based upon an evaluation of the overall Best Value to the Government. A seed project will be included in the solicitation as part of the evaluation process, and the Government intends to award the seed project as the initial task order to one of the contractors in the pool; the other contracts will be awarded with the guaranteed minimum. 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 Industry Classification System (NAICS) code for this program is 236220, Commercial and Institutional Building Construction with a corresponding Standard Industrial Code (SIC) of 1542 and a business size standard of $33.5 million. Estimated solicitation issue date is on or about the estimated date of June 12, 2009. Proposals are anticipated to be due on or about July 14, 2009. Plans and specifications will not be provided in a hard paper copy. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity website at https://www.fbo.gov. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-09-R-0096/listing.html)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN01965820-W 20090924/090923002354-1e33d087859d2875483fccdf4b16e607 (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.