Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOLICITATION NOTICE

Y -- Single Award Task Order Contract (SATOC) for Multi-Disciplinary Maintenance, Repair and Minor Construction Work in Support of Joint Base Lewis-McChord (JBLM) Public Works and Other Customers Supported by the Seattle District US Army Corps of Engineers

Notice Date
7/18/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-16-R-0005
 
Archive Date
10/5/2016
 
Point of Contact
Christine Prettyman, Phone: 253-966-3220, Kathaleen Schollard, Phone: 253-966-4369
 
E-Mail Address
christine.e.prettyman@usace.army.mil, kathaleen.schollard@usace.army.mil
(christine.e.prettyman@usace.army.mil, kathaleen.schollard@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Presolicitation Notice THIS IS A SYNOPSIS OF A PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT PROPOSALS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING THE SOLICITATION. NUMBER: W912DW-16-R-0005 TITLE: Single Award Task Order Contract (SATOC) for Multi-Disciplinary Maintenance, Repair and Minor Construction Work in Support of Joint Base Lewis McChord (JBLM) Public Works and Other Customers Supported by the Seattle District US Army Corps of Engineers. ISSUE DATE: On or about 30 September 2016 RESPONSE DATE: On or about 18 November 2016 PRICE RANGE: NTE $45,000,000 CLASS CODE: Y- Construction of Structures and Facilities NAICS CODE: 236220 SET-ASIDE: Total Small Business PRIMARY CONTRACTING POC: Christine Prettyman ( christine.e.prettyman@usace.army.mil ); (253)966-3220 ALTERNATE POC: Kathaleen Schollard ( kathaleen.schollard@usace.army.mil ); (253)966-4369 The Seattle District, U.S. Army Corps of Engineers, has a competitive total small business set-aside requirement for a $45,000,000.00 Single Award Task Order Contract (SATOC) for multi-disciplinary maintenance, repair and minor construction work, primarily in support of Joint Base Lewis-McChord Public Works and other Customers supported by the Seattle District US Army Corps of Engineers. This SATOC will be an Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract and will include a one-year base period with the option to extend for two one-year option periods, for a total contract period not-to-exceed three years. The total capacity of the base period plus two option periods shall not exceed $45,000,000.00. The individual task orders to be negotiated and awarded under this expected construction IDIQ contract will be firm-fixed price with an anticipated range of $50,000 to $2,500,000. Task Orders will involve a broad range of multi-disciplinary maintenance and repair, and minor construction work and may include a variety of trades such as carpentry, road repair, roofing, excavation, interior/exterior elements, mechanical, electrical, steam welding, asbestos, and lead paint abatement incidental to construction. The contract may also be used for task orders expected to require some incidental design effort by the Contractor. 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. Projects may be located in Washington, Oregon, Idaho and Montana with the majority of projects located at Joint Base Lewis-McChord (JBLM), Washington and Yakima Training Center (YTC), Yakima, Washington. One (1) contractor will be selected for award under the solicitation for this requirement. The solicitation for this SATOC IDIQ requirement will be issued as a Request for Proposals (RFP) and offers received in response to the RFP will be evaluated using the tradeoff source selection process as outlined in the Federal Acquisition Regulation (FAR) Part 15. FAR 52.215-1, Instructions to Offerors - Competitive Acquisition, will also be incorporated into the solicitation. A SATOC IDIQ will be negotiated as a result of this procurement and used for the issuance of firm-fixed-price task orders. The primary North American Industry Classification System (NAICS) Code for this acquisition is 236220, Commercial and Institutional Building Construction, with a small business size standard of $36.5 million. For the purposes of this procurement, a firm is considered a small business if its annual average gross revenue, taken for the last three (3) fiscal years, does not exceed $36.5 million. This acquisition is a 100% TOTAL SMALL BUSINESS SET-ASIDE and is therefore open to all qualified small business concerns under the NAICS code of 236220. IMPORTANT NOTICE: All offerors submitting a proposal in response to the solicitation must be registered in the System for Award Management (SAM) database prior to award of the contract. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award. FAR 52.204-7, System for Award Management, will be incorporated into the solicitation. For information or assistance with registering in the SAM database, log on the Internet website at https://www.sam.gov/portal/SAM/#1. The solicitation documentation for this SATOC IDIQ requirement will be issued in electronic format only and will be made available online on or about 30 September 2016 through the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ under Solicitation W912DW-16-R-0005. You must be registered with the FBO website to download the solicitation documents. No CD(s) or hard copies will be made available. Offerors are responsible for checking for any updates or amendments 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. To allow for ease in referencing this opportunity or to receive email updates regarding the status of this proposed acquisition, an offeror may login to FBO website and add this acquisition to the "Watched" List.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-16-R-0005/listing.html)
 
Place of Performance
Address: North 4th and Pendleton, Bldg 2015, 3rd Floor, Joint Base Lewis-McChord (JBLM), Washington, 98433-9500, United States
Zip Code: 98433-9500
 
Record
SN04185825-W 20160720/160718234301-5238496595ebf65877d6c9b1e3b9f2be (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.