Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2010 FBO #2968
SOLICITATION NOTICE

Y -- Design-Build Multiple Award Task Order Contracts (MATOC) to firms for Construction and Design of Military Facilities and Infrastructure primarily Washington, Oregon, Idaho and Montana.

Notice Date
1/7/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-10-R-0007
 
Response Due
3/1/2010
 
Archive Date
4/30/2010
 
Point of Contact
Min K. Schwartz, 206-764-3572
 
E-Mail Address
US Army Engineer District, Seattle
(min.k.schwartz@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This Synopsis was previously advertised as W912DW-09-R-0064. The U.S. Army Corps of Engineers, Seattle District, intends to issue a competitive set-aside for Historically Underutilized Business Zone (HUBZone) small business concerns, as authorized under FAR Part 19 and FAR 19.13, for a Design-Build Multiple Award Task Order Contracts (MATOC) to firms for Construction and Design of Military Facilities and Infrastructure. Work will be primarily within the boundaries of the Seattle District, including the states of Washington, Oregon, Idaho and Montana and throughout the Northwestern Division US Army Corps of Engineers. As requirements develop, Requests for Proposals (RFPs) for Task Orders will generally be issued on a Competitive Basis, however the Government may issue Task Orders on a sole source basis in accordance with FAR Part 16.505(b)(2). Task Orders will primarily include Military Construction (MILCON) or Operations and Maintenance (O&M) projects. The task orders will range from $100 thousand to $10 million dollars, and will be utilized for projects of varying size, scope, and complexity. Task orders will include major construction, design-build or design-bid-build, multi-disciplinary maintenance and repair, major and minor construction work and will include a variety of trades such as carpentry, road repair, roofing, excavation, interior/exterior elements, mechanical, electrical, steam welding, asbestos and lead paint abatement incidental to construction and project design. The Contracting Officer will select up to five offerors who will each be awarded a MATOC and will be eligible to receive solicitations for Task Orders under this procurement in the future. The total dollar capacity shared between the firms will not exceed $20 million. The Performance Periods for each of the Base MATOC Contracts shall be for two (2) years, with no option periods. The Solicitation will be available on or about Feb 1, 2010 and Proposals will be due on or about Mar 1, 2010. The issued solicitation, including any amendments, shall establish the official Opening and Closing Dates and Times for receipt of proposals. The NAICS code for this project is 236220 with a small business size standard of $33.5M. This requirement will be a best value, two-phase design-build procurement conducted in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15.101-2. The solicitation will be a Request for Proposals (RFP), and a firm-fixed-price task order will be negotiated as a result of this procurement. The solicitation will include a detailed list of Evaluation Factors, including any Sub factors or Elements, and will provide instructions for Proposal Requirements and the Basis for Award. Any changes to Evaluation Factors will be issued by amendment. This project is open to HUBZone small businesses only. When available, the solicitation documents for this project will be available via FedBizOpps.gov (https://www.fbo.gov/) under the solicitation number. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document posted at the referenced website. For additional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 or go to the FedBizOpps postings (https://www.fbo.gov/index?s=opportunity&mode=list&tab=list) for the latest listings. Put Engineer District, Seattle in the Keywords/SOL #: box to get to Seattle District listings only. CONTRACTING POC: Ed Delaney (edward.j.delaney@usace.army.mil) PHONE: 206-439-4542 ALTERNATE POC: Larry A. Bradbury (Larry.A.Bradbury@usace.army.mil) PHONE: 206-764-3266
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-10-R-0007/listing.html)
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02036947-W 20100109/100107235106-de91b29e24bb19179d2226d9359952b0 (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.