Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2003 FBO #0726
SOLICITATION NOTICE

Y -- Iraqi Infrastructure Reconstruction - Design-Build IDIQ for Communication Projects

Notice Date
11/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
XXXXXX-XX-X-XXXX
 
Response Due
12/5/2003
 
Archive Date
2/3/2004
 
Point of Contact
Vickianne Shepherd, 540-665-3680
 
E-Mail Address
Email your questions to US Army Corps Of Engineers - Transatlantic Programs Center
(Vicki.Shepherd@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA A single Indefinite Delivery Indefinite Quantity (IDIQ) contract, anticipated to be Cost Plus Award Fee (CPAF). The contract will include provisions and clauses for both cost reimbursement and fixed price task orders. A contract is contemplated for perfo rmance of the full range of services in the country of Iraq, including but not limited to capability of furnishing and installing all travel, security, labor, equipment, materials, investigation, design, permits, environmental remediation, demolition, reha bilitation, new construction, supervision, testing, and incidental services to complete the design-build IDIQ work associated with communications projects. It is anticipated that task orders will be issued to design, demolish, rehabilitate, modernize, exp and, and construct critical communications infrastructure that supports the long tem economic vitality and enhanced security of the country. It is expected that the contractor shall be capable of supporting the work to include inspection, environmental re mediation, demolition, rehabilitation, modernization, expansion, new construction, warranty service, and operation, administration, and maintenance (OA&M) training as required for National communications infrastructure, network systems, IT systems, systems architecture, and operations as well as environmental mitigation. The anticipated contract will be a single award, IDIQ contract from which task orders will be placed on either a cost reimbursement or fixed price basis. A contract will be awarded with a base period and options. Based on current information, proposed projects may have a value up to $200,000,000.00. This synopsis and resultant procurement are a portion of the overall Iraqi Reconstruction program that incl udes: Electrical, Transportation, Communications, Public Buildings, Public Works Water / Wastewater, and Security projects. These other synopses are also being published today at http://www.fedbizopps.gov and http://www.rebuilding-iraq.net. Process. A key to ensuring timely review and evaluation of proposals is the use of staggered deadlines for the receipt of proposal information. In order to streamline the proposal evaluation process, offerors will be required to submit preliminary financial, past pe rformance/experience, and organizational/team structure information shortly after formal RFP release. This information will be reviewed to make a preliminary determination as to whether an offeror has a reasonable chance of contract award. Offerors deeme d as lacking the necessary capabilities will be advised accordingly. The purpose of this advice is to help these offerors avoid expenses associated with preparation of a full proposal. Complete past performance information will be due shortly after Reque st for Proposals release. This procurement will utilize the Best Value trade-off process with consideration being given to Technical, Past Performance, and Cost factors. The minimum standard for construction will be based on the 2000 Edition of the Inter national Building Codes for the European Community and related references. Contractors are expected to be fully self-sustaining to include all life support, communications, transportation, labor, equipment, security, and other aspects necessary to complet e task orders. The applicable North American Industry Classification System (NAICS) code is 236210 with a Small Business size standard of $28,500,000. A draft Request for Proposal will be issued on or about 26 November 2003. It is anticipated that the f inal solicitations will be issued electronically on or about 05 December 2003 on the Federal Business Opportunities web page at http://www.fedbizopps.gov. Paper copies will not be issued. It is the contractor??????s responsibility to view and download th e solicitations and all amendments from http://www.fedbizopps.gov. Contractors may submit questions at http://64.77.1.243. Date, time and location of a pre-proposal conference and information forums as appropriate will be announced in the near future. This information will be provided when available at http://www.rebuilding-iraq.net. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a government contract award. To register, the CCR Internet address is http://ccr.disc.dla.mil/ccr/.
 
Place of Performance
Address: US Army Corps of Engineers Transatlantic Programs Center PO Box 2250 Winchester VA
Zip Code: 22604-1450
Country: US
 
Record
SN00475063-W 20031123/031121230729 (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.