Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
MODIFICATION

Y -- Multiple Award Task Order Contract (MATOC) for Repair and Alterations (RA)

Notice Date
6/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-16-R-0003
 
Point of Contact
Tiffany S. Jolly, Phone: 817-886-1181, Linda Eadie, Phone: 816-886-1085
 
E-Mail Address
Tiffany.S.Jolly@usace.army.mil, linda.d.eadie@usace.army.mil
(Tiffany.S.Jolly@usace.army.mil, linda.d.eadie@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Pre-solicitation Synopsis Notice for Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Repair and Alterations (RA) of Land Port of Entry (LPOE) in support of the US Army Corps of Engineers (USACE) Southwestern Division (SWD) Fort Worth District (SWF). This is a Design-Bid-Build (DBB) procurement. The Contract Specialist point of contact for this anticipated solicitation will be Ms. Kimberly Rheaume at 817-886-1075, email kimberly.f.rheaume@usace.army.mil. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS must be submitted in writing via email to the Contract Specialist noted above. 1. CONTRACT INFORMATION: The Fort Worth District intends to award a target of four contracts under this MATOC pool. Solicitation W9126G-16-R-0003 Design-Bid-Build The maximum capacity for each MATOC is $45,000,000. The maximum task order amount is $5,000,000. All task orders will be firm-fixed price. The minimum guarantee for each task order is $2,000. Socio-Economic Category: Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. Place of Performance: North Dakota & Minnesota The estimated duration for each contract will be an initial Base Period of twelve (12) months with up to 4 Option Periods of twelve (12) months each, for a total not to exceed contract period of 60 months. The Government reserves the right to award a contract for a lesser duration than stated herein. 2. PROJECT INFORMATION: Construction services required include a wide variety activities such as repairs, alterations, renovations and upgrades to existing individual Land Point of Entry (LPOE) facilities located along the Northern borders of the United States. These MATOCs may also be used to support other SWD military, civil works, and International Interagency Section (IIS) projects. 3. SUBMISSION INFORMATION: The estimated solicitation issue date for solicitation W9126G-16-R-0003 is on or about 21 December 2016 under solicitation number W9126G-16-R-0003. Proposals are anticipated to be due approximately 30 days from issuance of the solicitation. The North American Industrial Classification System (NAICS) code applicable to this project is NAICS code 238990 (All other Specialty Trade Contractors), which corresponds to SIC 1799. The Small Business Size Standard is $15.0 Million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-16-R-0003/listing.html)
 
Record
SN04135484-W 20160603/160601235458-19e46b8c18415d988fb51dd9c35d0505 (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.