Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SOLICITATION NOTICE

Y -- Unrestricted Job Order Contract (JOC) in Support of Joint Base Lewis-McChord, Sub-Installations and Other Customers Supported by the Seattle District Corps of Engineers

Notice Date
4/20/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW10R0037
 
Response Due
6/4/2010
 
Archive Date
8/3/2010
 
Point of Contact
Bethanie Healey, 253-966-4372
 
E-Mail Address
USACE District, Seattle
(bethanie.f.healey@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Seattle District Corps of Engineers has a requirement, inviting full and open competition, for a $90M Unrestricted Job Order Contract (JOC) requiring multi-disciplinary maintenance, repair and minor construction work, with most task orders ranging from $2,000 to $750,000, and with a maximum limit of Not-to-Exceed (NTE) $2,000,000 per task order. The JOC will be used as an alternative to other contractual procedures for projects under $2,000,000. More specifically, the JOC will be used for less complex projects, enabling the Government to avoid separate iterative design and construction solicitation efforts, and thus achieving design cost and manpower savings for comparatively simple design and low/moderate dollar value projects. It is anticipated that work will include some minor road repairs, projects that require open space improvements, renovation of facilities, range upgrades, minor new construction, carpentry, roofing, excavation, interior/exterior elements, steam fitting, HVAC, plumbing, sheet metal, painting, fencing, demolition, concrete, masonry, asbestos and lead paint abatement incidental to construction, and minor project design. This Unrestricted JOC will support Joint Base Lewis-McChord (JBLM) and its sub-installations as well as other customers supported by the Seattle District Corps of Engineers within the states of Washington, Oregon, Idaho and Montana. The solicitation for this requirement will be issued as a Request for Proposals (RFP) using trade-off source selection procedures outlined in Federal Acquisition Regulation (FAR) Part 15. A firm-fixed-price contract will be negotiated as a result of this procurement. The performance period under the JOC will include a one-year base period, with the option to extend for four (4) additional one-year option periods, for a total contract period Not-to-Exceed (NTE) five (5) years. The maximum value of all work issued under this JOC shall be limited to $90 Million over the life of the contract. The primary North American Industry Classification System (NAICS) Code for this procurement is 236220, Commercial and Institutional Building Construction, with a small business size standard of $33.5M. The solicitation for this requirement will be unrestricted as to business size (open to BOTH large and small businesses). If you are a large business and your proposal will exceed $1 million, you will be required to submit a subcontracting plan with goals for small business (SB), historically underutilized business zone ( HUBZone), small disadvantaged business (SDB), woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) concerns. For the purposes of this procurement, a concern is considered a small business if its average annual gross revenue, taken for the last 3 fiscal years, does not exceed $33.5 Million. IMPORTANT NOTICE: All contractors proposing on Department of Defense Solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. The purpose of this database is to provide basic business information and capabilities to the Government. The CCR website can be accessed at www.ccr.gov. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in CCR. This requirement applies to all Department of Defense contract awards, regardless of the media used. The solicitation documents for this JOC requirement will be issued in electronic format only and will be made available online on or about 4 May 2010 via FedBizOpps.gov at https://www.fbo.gov/ under solicitation number W912DW-10-R-0037. NO CDs OR HARD COPIES WILL BE MADE 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 documents posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on FedBizOpps.gov. 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 at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Put Engineer District, Seattle in the Keywords/SOL #: box for Seattle District listings only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW10R0037/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02127008-W 20100422/100420235221-2a1a7e84a3d718bb5c34b270808daca4 (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.