Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
MODIFICATION

Y -- Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC),General Construction Services, Horizontal Construction Projects, Seattle District, Northwestern Division including the States of WA, OR, ID & MT

Notice Date
4/27/2010
 
Notice Type
Modification/Amendment
 
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
W912DW-10-R-0017
 
Response Due
5/31/2010
 
Archive Date
7/30/2010
 
Point of Contact
Sonia Frees, 206-764-3516
 
E-Mail Address
USACE District, Seattle
(sonia.m.frees@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
As of 4/27/10, this is all the current information that we have. This synopsis was previously issued as W912DW-09-R-0051, has been now changed to Solicitation Number W912DW-10-R-0017, effective 01/12/2010. Technical questions should be directed to Renee' R. Heerhartz, Contract Specialist, 206.764.3478, email: renee.r.heerhartz@usace.army.mil. The purpose of this Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) is to provide general construction services for a broad range of horizontal construction projects, primarily within the boundaries of the Seattle District, and throughout the Northwestern Division US Army Corp of Engineers, including the States of Washington, Oregon, Idaho and Montana. Up to three (3) construction contractors will be selected for this contract. The solicitation process will consist of two phases. The MATOC will consist of a one-year base period with a shared capacity among all awarded contractors of not-to-exceed (NTE) $10M as well as two (2), one-year option periods, each with a shared capacity among all awarded contractors of NTE $10M. The total shared capacity of base plus all options shall not exceed $30M. As requirements develop, Requests for Proposals (RFPs) for Task Orders will be issued on a competitive or sole source basis. Competitive task orders will be competed among the awarded MATOC contractors. Task Orders with a value of $2 million and above will be issued under this IDIQ contract by the Seattle District Contracting Office. Orders will include tasks in various trades, such as road construction, road repair, paving, pavement striping, excavation, embankment, trenching, backfill, compaction, exterior electrical, fencing, demolition, concrete, erosion control and planting/landscaping. Orders may also include minor carpentry, plumbing, painting, masonry, roofing, and interior electrical but only as necessary for incidental structures. Orders may be issued solely for construction services or for design/build services. No orders will be issued for design services only. Project is open to Small Businesses only. The North American Industry Classification System (NAICS) Code is 237990, with a size standard of $33.5 million. For the purposes of this procurement, a firm is a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $33.5 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov/services/contractingopportunities/sizestandardstopics/ To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. Pursuant to Federal Acquisition Regulations (FAR), the solicitation will be available for download no earlier than 15 days following the posting of this synopsis. Pursuant to FAR, the response date of the solicitation is no earlier than 30 days from the date of the solicitation release date. The solicitation due date will be noted on the solicitation at the time of issue. There is no technical information available until the issue of the solicitation via the Internet. Register to receive notification of solicitation/amendment posting at https://www.fbo.gov. Additional contracting opportunities will be found at ASFI (https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 ) Contracting
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-10-R-0017/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02133733-W 20100429/100427235425-728d20745131fab02c78d799d81ce485 (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.