Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2012 FBO #3731
SOLICITATION NOTICE

Z -- Single Award Task Order Contract(SATOC)IDIQ to be performed within the boundaries of Tulsa USACE, Primarily Ft.Sill, OK.

Notice Date
2/9/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV12R0014
 
Response Due
3/29/2012
 
Archive Date
5/28/2012
 
Point of Contact
Nathan Ryan Kloeckler, 918-669-7657
 
E-Mail Address
USACE District, Tulsa
(nathan.r.kloeckler@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The contract to be awarded will be a 49.5 Million Dollar, 5 year Single Award Task Order IDIQ Contract (SATOC) for Design-Build and Construction Services in support of various military and civil works construction projects within the boundaries of the U.S. Army Corps of Engineers, Tulsa District, to primarily support locations within the Fort Sill Area Office. The RFP will be a total small business set-aside and should be available on or ABOUT February 24, 2012. The sole Point of contact for this acquisition is Nathan Kloeckler at Nathan.R.Kloeckler@USACE.ARMY.MIL. This contract is intended for multi-tasking of construction services for a wide variety of new construction, maintenance, repair, alteration and minor and major construction type tasks for military and civil works projects primarily for the Fort Sill Area Office to specifically include Fort Sill (Oklahoma), Sheppard Air Force Base (Texas), and Altus Air Force Base (Oklahoma). This contract will mainly serve military customers at these installations. The tasks include, but are not limited to, planning, design, total facility renovation, new construction; repairs and alterations; preventive maintenance; installation/construction of the following systems: HVAC, plumbing, electrical, elevators, building envelope, road and pavements, fire protection, antiterrorism/force protection (ATFP); environmental abatement, utility system modifications, and operations activities. This contract is intended to execute new construction, design-build or construction of real and personal property facilities, e.g., maintenance, repair, asbestos and lead-based paint abatement, and major and minor construction situations relating to, but not limited to, architectural, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, telecommunications, and ATFP. This contract will support customers that historically fund Operation and Maintenance (O&M) projects during the last quarter of each FY. Approvals to proceed with applicable funding are not provided until this last quarter, thus requiring the Corps of Engineers to sole-source projects through a SATOC contractor on a very limited time frame. These contractors must possess and have demonstrated a high level of experience, capability, and technical expertise in a myriad of construction skills to include project, design, quality, risk, and construction management. The contractor must possess the knowledge and resource base to quickly react and meet the needs of the customers under very short timeframes. This is compounded by the fact that every task order issued to this SATOC contractor is different in scope and will require the contractor to plan and approach each project differently. It is imperative that the contractor that supports the government under the SATOC has the experience and proven ability to execute mission critical projects on an extremely tight timeline and have the bonding capacities required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV12R0014/listing.html)
 
Place of Performance
Address: USACE District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
 
Record
SN02671861-W 20120211/120210114415-90186e2ea3b67a6514ef8b6aa0144970 (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.