Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
MODIFICATION

Y -- Job Order Contract (JOC) for construction and maintenance projects at the Seneca Army Depot Activity, Romulus, NY - Amendment 2

Notice Date
11/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-12-R-0003
 
Response Due
10/30/2012 2:00:00 PM
 
Archive Date
1/10/2012
 
Point of Contact
Matthew Lubiak, Phone: 9177908089
 
E-Mail Address
matthew.lubiak@usace.army.mil
(matthew.lubiak@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Amendment 0002 The U.S. Army Corps of Engineers, New York District, intends to issue a solicitation for an Indefinite Delivery Indefinite Quantity Job Order Contract (JOC) at the closed Seneca Army Depot Activity, Romulus, New York. The resulting contract will be for a three-year base period and two (2) one-year option periods. This requirement is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The estimated value is capped at $3,000,000 for the base period and $1,000,000 for each option period. The minimum guarantee is $20,000. Individual task orders will be firm fixed price and will range from a minimum of $2,000 to a maximum of $300,000. The NAICS Code is 236220. The size standard is $33.5 Million. The general scope of work of this contract is to provide all work, materials, supplies, parts (to include system components), transportation, plant, supervision, labor, and equipment, except when specified as Government-furnished, needed to repair, or construct real property facilities at Seneca Army Depot, Romulus, N.Y. The contractor shall provide quality assurance as specified in strict accordance with all terms, conditions, special contract requirements, specifications, drawings, attachments, and exhibits to be outlined in the contract requirements and task orders awarded under the contract. The contractor's work and responsibility shall also include all planning, programming, administration, and management necessary to provide repair, construction, and related services as ordered. The contractor shall be responsible for site preparation and cleanup for each task order issued under the contract. Further, the contractor shall provide related service such as preparing and submitting required reports, maintaining record drawings current, performing administrative work. This solicitation is a best value tradeoffs Request for Proposals (RFP) subject to FAR Part 15.101-1 procedures. To be considered acceptable, offerors shall specifically address each of the evaluation factors set forth in the solicitation. Sufficient detail should be provided citing specific data as may be required, such that the proposal may be adequately evaluated. The solicitation will be available on or about 27 September 2012. The proposal due date is scheduled for on or about 15 November 2012 at 2:00 P.M. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of the solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with Central Contractor Registration (CCR), located at www.ccr.gov, and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Matthew Lubiak, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090 Phone: 917-790-8089 Fax: 212-264-3013 Email: matthew.lubiak@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-R-0003/listing.html)
 
Place of Performance
Address: Seneca Army Depot Facility, Romulus, New York, United States
 
Record
SN02922918-W 20121103/121101234552-013d47f7e3ffd40c363908dc207ffad1 (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.