Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

Y -- SBSA Work for Multi-Disciplinary Maintenance, Repair, Construction and Incidental Design Work for Joint Base Lewis-McChord and its Sub-Installations and Other Customers Supported by the Seattle District Corps of Engineers

Notice Date
4/25/2012
 
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
W912DW12R0022
 
Response Due
6/12/2012
 
Archive Date
8/11/2012
 
Point of Contact
Robbin Goldsby, 253-966-4389
 
E-Mail Address
USACE District, Seattle
(robbin.o.goldsby@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Seattle District Corps of Engineers plans to solicit offers for the award of Small Business Set-Aside Multiple Award Task Order Contract (MATOC) for Multi-Disciplinary Maintenance, Repair, Construction and Incidental Design Work for Joint Base Lewis-McChord and its Sub-Installations and Other Customers Supported by the Seattle District Corps of Engineers. The solicitation will be issued as 100% set aside for Small Business concerns. Up to five contracts are anticipated to be awarded under this MATOC. The pool size (number of contracts that may be awarded) shall not exceed five (5) contractors. The pool of contractors which successfully receive an award will share the total contract capacity of $100M. Each contract will reflect a base year and four subsequent option years. Task orders are anticipated to range from $500K to $7.5M with most task orders falling between $1M and $4M. 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. Task orders will include multi-disciplinary maintenance and repair and minor construction work, such as renovations, repairs, upgrades, and alterations of real property. Task Orders may include a variety of work such as carpentry, road repair, airfield repairs, roofing, excavation, interior/exterior elements, mechanical systems, fire suppression systems, electrical systems, underground utilities, overhead utilities, steam welding, asbestos, environmental abatement incidental to construction, and/or incidental design. Examples of typical incidental designs include, but are not limited to, fire alarm systems, fire sprinkler systems, HVAC system installation and balancing, communications systems, structural design of minor facilities or components and licensed professional engineer certification of site adaptation of pre-engineered structures. IMPORTANT NOTICE: All contractors proposing on Department of Defense solicitations must be registered in the Central Contractor Registration (CCR) database 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 for this MATOC will require contractors to propose pricing for a seed project entitled, "Replace Fire Suppression System, Building 576 at Joint Base Lewis-McChord, WA." The magnitude of construction for this seed project is between $1,000,000 and $5,000,000. The solicitation documents for this MATOC requirement will be issued in electronic format only and will be made available online on or about 11 May 2012 via the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ under solicitation number W912DW12R0022. You must be registered with the FBO website to download the solicitation documents. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to this Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to www.fbo.gov and add the solicitation to your "Watchlist."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW12R0022/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02730540-W 20120427/120425234958-ecf799728abdbad4bded5e4d101a52b0 (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.