Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2004 FBO #0792
SOLICITATION NOTICE

Z -- Indefinite Delivery Indefinite Quantity (IDIQ) Construction Services Contract for Installaion Support, Fort Polk, LA.

Notice Date
1/26/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-04-R0010
 
Response Due
3/10/2004
 
Archive Date
5/9/2004
 
Point of Contact
Vernon Vann, 817-886-1049
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(vernon.d.vann@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
INDEFINITE DELIVERY INDEFINITE QUANTITY CONSTRUCTION SERVICE CONTRACT FOR FORT POLK, LOUISIANA AND MILITARY AND CIVIL PROJECTS WITHIN THE SOUTHWESTERN DIVISION GEORGARPHIC BOUNDARIES SOLICITATION NUMBER W9126G-04-R-0010 CONTACT POINT: Vernon D. Vann, Contract Specialist, 817/886-1049 Indefinite Delivery Indefinite Quantity (IDIQ) Construction Services Contract for Installation Support, Fort Polk, Louisiana, with construction, services and time-and-material provisions/clauses fixed labor rates. Task Orders will be issued for a wide var iety of maintenance, repair, minor construction tasks (including asbestos and lead-based paint abatement) in support of maintenance, repair and minor construction tasks of the Directorate of Public Works, Fort Polk, Louisiana. The contract will include des ign services incidental to the construction. Contractors will be required to furnish all labor, materials, permits, equipment, and services necessary to manage and accomplish designed deliveries, recommending a solution, and remediating the problem in a ti mely and efficient manner. Task Orders will include a variety of trades including (but not limited to) carpentry, plumbing, road repair, excavation, demolition, concrete, topographic surveyors, roofers, masonry, welding, and architect/engineering (i.e., ge neral, civil, mechanical, electrical, structural, fire protections, life safety). Contractors must have a minimum of two (2) years related experience and must possess all state and locally required licenses for this type of work within the state of Louisia na. 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. Estimated duration of the contract will be for an initial base period of 12 months with four (4) option periods of 12 months each for a total not to exceed duration of 60 months. Option periods will be exercised at the Government's discretion. The estimated total contract amount for the base period is $2,000,000.00 and $3,000,000.00 for each opti on period for a total not-to-exceed contract amount of $14,000,000.00. The guaranteed minimum amount for the entire contract is $40,000, and is applicable to the base bid only. Funds above the minimum guarantee will be obligated with the issuance of task orders. Contract award will be based on Best Value to the Government, which may or may not result in accepting the lowest-priced offer. To determine best value, the Government's proposal evaluation will consist of but not limited to evaluation of the offe rors technical and management capabilities as well as price. The construction project price range is $10,000,000 to $25,000,000. The solicitation is tentatively scheduled to issue on or about 10 Feb 2004, and proposals will be due on or about 10 Mar 2004. The North American Industrial Classification System (NAICS) code applicable to this project is 2336220, Commercial and Institutional Building Construction. Small Business Standard is $28.5 million. This is an UNRESTRICTED solicitation. Offers from respons ible sources will be considered. If a large business intends to submit a proposal, it must comply with FAR clause 52.219-9, regarding the requirement for a subcontracting plan. The Fort Worth District goals are as follows (expressed as a percentage of the contractor's total planned subcontract amount): Small Business Subcontractors ?????? 57.2%; Small Disadvantaged Business Subcontractors ?????? 10%; Women-Owned Small Business Subcontractors- 10%; HUBZone Small Business 3.0%; Service-Disabled Veteran-Owned Small Business ?????? 3.0%. The plans and specifications, when available, will be issued on compact disk (CD-ROM) and will be provided free of charge on the issue date. Plans and Specifications will not be provided in a paper hard copy format. Notification of amendments will be made through either 3.5 floppy diskettes, CD-ROM, and/or Internet only. However, th e Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view our web site daily for amendments to the solicitation. Contractors may view /download this solicitati on and all amendments from the internet after solicitation issuance at the following Internet address: https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.asp Contractors shall register themselves on the Internet to receive a copy of this solicitati on (CD-ROM). NOEXPRESS MAIL PROCEDURES WILL BE UTILIZIED ON INITIAL MAILING OF THE CD-ROM. All offerors are encouraged to visit the Army??????s Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunities . Offerers 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://www.ccr.gov/
 
Record
SN00510128-W 20040128/040126212108 (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.