Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
MODIFICATION

Y -- Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Construction

Notice Date
12/1/2011
 
Notice Type
Modification/Amendment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-12-Z-0004
 
Response Due
12/7/2011
 
Archive Date
2/5/2012
 
Point of Contact
Sean Sackett, 808-438-8578
 
E-Mail Address
USACE District, Honolulu
(sean.p.sackett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Honolulu District is performing a market survey for an Indefinite Delivery Indefinite Quantity Contract for Construction and Services at United States Army Kwajalein Atoll/Reagan Test Site (USAKA/RTS). This announcement constitutes a market survey that is being conducted for planning purposed only and is aimed towards the retrieval of information to be used by the Government but does not constitute a commitment by the Government for the award of an IDIQ Contract. Work will consist of design, minor construction, maintenance, repair, alteration, modernization, rehabilitation and services for buildings, structures, airfields or other real property. Potential projects may include a "Design Build" requirement, consisting of the installation of Solar Photovoltaic systems to be installed on selected buildings and a "Design Bid-Build" project, consisting of the construction and design of a secondary waste water sludge drying bed. USAKA is an isolated U.S. Army installation located approximately 2,100 miles southwest of Hawaii and approximately 4,200 miles southwest of the west coast of the U.S. The IDIQ contract(s) will consist of a one-year base period with four option years. The total capacity for the contract(s) will not exceed $49M, regardless of the number of contracts awarded. Selection will be based upon evaluation factors which may include experience, past performance, and price. Respondents should also consider the isolated geographical location of this project where substantial mobilization efforts and transportation costs should be taken into consideration. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS MARKET SURVEY (1) Your intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number or a copy of your Central Contractor Registration (CCR) information (4) Size of firm including category of small business, such as 8(a), HUBZONE, or SDVOSB, large business (5) Letter from the surety stating Firm's Bonding Capacity of $49,000,000.00 (6) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in performing similar projects, up to three (3) past projects for which your firm was the prime contractor. The SOC shall not exceed four pages in length. The total number of pages submitted including the SOC, cover page, and letter from the surety, shall not exceed six (6) pages in length. To make an appropriate acquisition decision for this project, the Government may use responses to this market survey. The type of solicitation issued and the manner of advertisement may depend on the responses to this market survey. Firms responding to this market survey, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this market survey. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS IDIQ CONTRACT IF IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS MARKET SURVEY. Site visit date and time will be provided in the solicitation if it is formally advertised. Possible site visits will be scheduled between January and March 2012 and contractors may only visit the site on the day of the scheduled site visit. Interested contractors wishing to attend a site visit MUST contact Mr. Sean Sackett at telephone no. (808) 438-8578, facsimile no. (808) 438-8865, or e-mail address Sean.P.Sackett@usace.army.mil, and must provide some and/or all of the following data: full name, social security number, date of birth, place of birth, citizenship, name of company, position/title, home address, confirmation of flight reservations, point of departure, dates of entry and exit, and name of airline carrier to obtain an entry clearance. Where to send responses: Submit responses to Mr. Sean Sackett via email at sean.p.sackett@usace.army.mil Response deadline: December 7, 2011 at 08:00 a.m. (Hawaiian Standard Time)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-12-Z-0004/listing.html)
 
Place of Performance
Address: USACE District, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN02631697-W 20111203/111201234710-f70c3541d351629ee9393114352e2c6c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.