Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2002 FBO #0098
SOLICITATION NOTICE

Z -- Z--IDIQ CONTRACT FOR CONSTRUCTION/SERVICES FOR DEFENSE LOGISTICS AGENCY AT RED RIVER ARMY DEPOT, TEXARKANA, TEXAS

Notice Date
3/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Fort Worth - Military, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
DACA63-02-R-0014
 
Response Due
4/25/2002
 
Archive Date
5/25/2002
 
Point of Contact
Robin Revard, 817.978.4419
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth - Military
(robin.revard@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This Request for Proposal will result in a Firm-Fixed Price Contract. Solicitation to be issued on or about 25 March 2002. Proposals due on or about 25 April 2002. Single award of one (1) Indefinite-Delivery-Indefinite-Quantity multi-task construction a nd services contract, with materials provisions and fixed labor rates, for a wide variety of maintenance, repair, and minor construction tasks (including asbestos and lead-based paint abatement) primarily in support of the Defense Logistics Agency at Red R iver Army Depot, Texarkana, Texas. The objective of the contract is to provide expeditious execution of task orders for general construction and/or service work that will vary from site to site. Specific task orders will be issued by the Contracting Offic er, in accordance with, unit prices, work schedule, and specifications. Estimated Total contract duration (Base Period plus four (4) Option Periods) is sixty (60) consecutive months after the contract award. Duration of each contract period is not to exc eed (NTE) 365 calendar days. Any unused capacity in one contract period may be carried over into the subsequent contract period. Estimated total contract amount is a Not to Exceed amount of $14,900,000. Option Periods will be exercised at the Government ?s discretion. The Government will obligate to the contractor a guaranteed minimum amount of $60,000 for the Base Period and $30,000 for each of the Option Periods I, II, and III, and $29,000 for Option Period IV. The contractor will be required to furni sh all labor, materials, permits, equipment, and services necessary to manage and accomplish designated deliveries, recommending a solution, and remediation the problem in a timely and efficient manner. Task Orders will include a variety of trades includi ng (but not limited to) biologist, environmentalist, environmental abatement (asbestos and lead-based paint), technicians, agronomist, computer specialist, carpentry, plumbing, road repair, roofing, excavation, demolition, concrete, topographic surveyors, roofers, masonry, welding, and engineering (general civil, mechanical, electrical, structural), fire protection, and/or safety. Contractors must have a minimum of two years related experience and must possess all state and locally required licenses for th is type of work within the state of Texas. Offertory will be required to submit cost and technical proposals as stated in the Request for Proposal. The following technical evaluation criteria will be used for selection: (1) Prime contractor?s experience , past performance and capabilities of proposed sub-contractors, Technical Approach (includes Work Plan for Sample Task Order, Task Order Price Proposal, Preparation Plan), Organization and Personnel Qualifications, Cost Control and Corporate Experience an d Support. Proposals from large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The Fort Worth District subcontracting goals are for specified percentages of the contractor?s total pl anned subcontract amount to be placed with the following: Small Business, 61.4%; Small Disadvantaged Business, 9.1%; Women-Owned Small Business, 5.0%; Veteran-Owned Small Business, 3.0%; Historically Black Colleges/Universities and Minority Institutions, 2.0%; and HUBZone Small Business, 2.0%. The sub-contracting plan will be required as a proposal submission item. A pre-proposal conference will be held during the request for proposal period (detail to be provided within the request for proposal). The Government intends to issue this Request for Proposal through the use of the Internet and CD ROM. Amendments to this solicitation will be issued as Internet only. No additional media (Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. after solicitation issuance at the following Internet address: http://ebs.swf.usace.army.mil. All Offertory are required t o check the Fort Worth District Contracting Division website daily to be notified of any changes to this solicitation. NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED ON INITIAL MAILING OF THE CD ROM. The North American Industrial Classification System ( NAICS) Code applicable to this project is 233320. Small Business size standard is $28,500,000.00 this is an UNRESTRICTED solicitation. Offers from all qualified business concerns may submit offers. Contract award will be to the offer that represents the overall ?Best Value? to the Government, which may or may not be the lowest-priced offer. NOTE: Lead Point of Contact for this Solicitation is Barbara J. Zimmer (817) 886-1052. EMAIL: barbara.j.zimmer@swf02.usace.army.mil Contractors may view/download this solicitation and all amendments from the Internet
 
Place of Performance
Address: US Army Engineer District, Fort Worth - Military PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00038294-W 20020310/020308213348 (fbodaily.com)
 
Source
FedBizOpps.gov 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.