Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
MODIFICATION

Y -- Y--MULTIPLE AWARD TASKORDER CONTRACT (MATOC)Indefinite Delivery Indefinite Quantity (IDIQ) (Construction)

Notice Date
3/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACC- Warren (ACC-WRN)(RRAD), ATTN: CCTA-HDR, 100 Main Drive, Building 431, Texarkana, TX 75507-5000
 
ZIP Code
75507-5000
 
Solicitation Number
W911RQ-12-R-0028
 
Response Due
4/17/2012
 
Archive Date
6/16/2012
 
Point of Contact
Samuel T. Jefferson, (903) 334-4976
 
E-Mail Address
ACC- Warren (ACC-WRN)(RRAD)
(samuel.t.jefferson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-solicitation amended to change the Response Date from 03/20/2012 to 04/17/2012. Actual solicitation will post on or about 04/17/2012. The performance work statement remain un-changed. The Red River Army Depot intends to issue a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). Solicitation will be 100% set-aside for Small Business. The type of work may include but is not limited to any of the disciplines listed in sector 23 of the Small Business Administration Table of Small Business Size Standards for construction. The North American Industry Classification System (NAICS) Code applicable to this requirement is 236220 (Commercial and Institutional Building Construction) and the size standard is $33.5 million. The correspondence Standard Industrial Code (SIC) is 1542, classification code: Y111. Scope of work include, construction activities such as new construction, renovation, repairs, preventive maintenance, environmental abatement, and erosion control, earthwork, paving, drainage, railroad, utilities, and equipment, operations construction activities as applicable. The contract is not only intended to execute new construction, design-build and design-bid-build, but to provide a timely response to remediation of facilities, e.g., maintenance, repair, asbestos and lead-base paint abatement, and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection. When issued, the solicitation will offer a bona fide prototypical requirement. The selection process for the requirement will be conducted in accordance with FAR Part 15 source selection processes and techniques. Four to six proposals offering the best value to the Government will be considered for contract awards and will be used to form the MATOC contractor pool. The proposal offering the best value to the Government will result in an award contract for the prototypical requirement. The Government will not pay for proposal preparation costs. The price proposal shall also (as applicable) include cost for: All waste and excess material, Mobilization and close out for the total contract and each task order, Clean up, Safety (e.g., safety rails, safety nets, tethers, face/clothing protection, etc.), Traffic and work-site signs and barriers, Project management and supervision, Quality Control (QC), Office management and equipment, Depreciation of mobile office(s), Subcontractor profit, As-Built drawings, submittals, permits, license and other risks of doing business, and Site security. The MATOCs awarded will be for a base year and four one year option years. The maximum value (total of the base and all option periods) as a result of this solicitation is $49,900,000.00. A minimum amount of $250,000 is guaranteed to be awarded during the base year as a result of this solicitation. However, each contract awarded is not guaranteed a minimum amount. A typical task order issued as a result of this contract will be between $2,000 and $3,000,000. All subsequent MATOC solicitation requirements, will allow competition among the selected MATOC pool of contractors for consideration for task order award. The contractors' proposal for a task order will include all the costs for the project-lump sum. This solicitation will be issued via Internet only on FebBizOpps Website at www.fbo.gov and Notification of amendments shall be made via FebBizOpps only. Solicitation and amendments can be viewed from the Red River Army Depot web-site as well. It is the contractor's responsibility to check the Internet address daily for any posted changes to this solicitation. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. Estimated solicitation issue date is on or about April 16, 2012. Proposals are anticipated to be due on or about May 21, 2012. Contractors are encouraged to utilize the function in FedBizOpps. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. ALL QUESTIONS REGARDING THIS SYNOPSIS/PRE-SOLICITATION NOTICE SHOULD BE SUBMITTED IN WRITING TO THE FOLLOWING E-MAIL ADDRESS: samuel.t.jefferson.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6d2c990c9b67c27aabcda7727923e536)
 
Place of Performance
Address: ACC- Warren (ACC-WRN)(RRAD) ATTN: CCTA-HDR, 100 Main Drive, Building 431 Texarkana TX
Zip Code: 75507-5000
 
Record
SN02700538-W 20120322/120320234943-6d2c990c9b67c27aabcda7727923e536 (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.