Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
SOLICITATION NOTICE

Z -- Job Order Contract for Joint Base M-D-L, Wrightstown, New Jersey

Notice Date
1/28/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-10-R-0013
 
Response Due
3/16/2010
 
Archive Date
5/15/2010
 
Point of Contact
Michelle Johnson, 215-656-6774
 
E-Mail Address
US Army Engineer District, Philadelphia
(michelle.l.johnson@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This is a competitive procurement set aside for HUBZone Small Business Concerns for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for minor construction, addition, renovation, alteration and/or repair of buildings, structures, or other real property within the Joint Base M-D-L, Wrightstown, New Jersey. All firms must be currently registered in the Central Contractor Registration (CCR) database and in good standing as a certified HUBZone contractor at the time proposals are due, as well as at the time of contract award. This is a fixed price IDIQ JOC for small to medium, multi-trade maintenance, repair, alteration and minor new construction. The work includes all labor, equipment, materials, transportation and supervision required to provide an indefinite quantity of miscellaneous construction, repairs and alteration work at predetermined wage, equipment and material costs, as well as related incidental work. The Contract term is for a base period of twelve (12) months not to exceed $9,000,000.00 and four (4) one-year option periods not to exceed $9,000,000.00 each, for a maximum total period of sixty (60) months. The estimated maximum dollar value of this procurement, including the base year and all options is $45,000,000.00. Task Orders awarded from this contract will range between $3,000.00 and $2,500,000.00. The only work authorized under this contract is work ordered by the Government through the issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered. There is a minimum guarantee of $100,000.00 during the performance period of the contract. This acquisition will utilize the best value source selection process with the intent to award one (1) IDIQ JOC contract to one (1) responsible offeror whose proposal, conforming to the Request for Proposal (RFP), is the lowest price technically acceptable. The Government intends to evaluate proposals and may award without discussions. Selection for award will be based on evaluation of the following: Factor 1 Past Relevant Experience of the Offerors Team; Factor 2 - Past Performance of the Offeror's Team; Factor 3 Qualifications of the Offerors Team; Factor 4 Pricing of Sample Task Order; and Factor 5 Proposed Price Schedule. Solicitation Number W912BU-10-R-0013 will be issued on or about 11 February 2010 with a proposal due date of 16 March 2010 at 2:00 P.M. EST. The NAICS Code for this project is 236220 with a size standard of $33,500,000.00 million. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Plans and specifications will be made available via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractors responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $100,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding will be required on individual task orders. Please review all accompanying documents required to be submitted. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages, if applicable, will be specified. Award will be made as a whole to one bidder. This procurement is advertised as a HUBZone Small Business Set Aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0013/listing.html)
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02052113-W 20100130/100128235201-da0dc92ea5d0d258a96bf8acc9717014 (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.