SOLICITATION NOTICE
Z -- Indefinite Delivery Indefinite Quantity (IDIQ) Construction and Services Contract for Installation Support, Corpus Christi Army Depot, Texas
- Notice Date
- 6/3/2004
- 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-R-0029
- Response Due
- 7/21/2004
- Archive Date
- 9/19/2004
- Point of Contact
- Robin Revard, 817.886-1052
- E-Mail Address
-
US Army Engineer District, Fort Worth
(barbara.j.zimmer@swf02.usace.army.mil)
- Small Business Set-Aside
- Total HUB-Zone
- Description
- Point of Contact for this project is Barbara Zimmer, Contract Specialist, 817.886.1052 Barbara.J.Zimmer@swf02.usace.army.mil Solicitation Number W9126G-04-R-0029, Indefinite Delivery Indefinite Quantity (IDIQ) Construction and Services Contract for Installation Support, Corpus Christi Army Depot, Texas and Military and Civil Projects within the Geographic Boundaries of the U.S. Army Corps of Engineers, Southwestern Division with construction and services provisions/clauses and fixed labor rates. This acquisition is SET ASIDE for HUBZONE small business concerns. Certified HUBZone firms must appear in the Small Business Administr ations Qualified HUBZone List. This certification will be a solicitation submittal requirement. A joint venture may be considered a HUBZone small business if the business entity meets all the criteria in 13 CFF 126.616. Task Orders will be issued for a wide variety of maintenance, repair, minor construction tasks, including asbestos and lead-based paint abatement, in support of maintenance, repair and minor construction projects for the Corpus Christi Army Depot. The contract will include design service s 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 timely and e fficient 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., general, ci vil, 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 states Texas, Louisiana, New Mexico, Arkansas, and Oklahoma. 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 Governments discretion. The estimated total contract amount for the base period and each opti on period is $2,000,000 for a total not-to-exceed contract amount of $10,000,000.00. The 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 Governm ents proposal evaluation will consist of but not limited to evaluation of the offerors technical and management capabilities, past performance, and experience, as well as price. Task Orders totaling not less than $2,500 and no more than $2,000,000 may be issued against this contract. Cumulative total of $10,000,000.00 may be outstanding at any given time. The Contractor must be capable of effectively managing multiple projects up to the $10,000,000 maximum that result in quality projects completed in a t imely manner. The solicitation is tentatively scheduled to issue on or about 21 June 2004, and proposals will be due on or about 21 July 2004. The North American Industrial Classification System (NAICS) code applicable to this project is 236220, Commerci al and Institutional Building Construction. Small Business Standard is $28.5 million. 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 wi ll 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, the Government reserves the right to use only the Internet as notification of any amendm ents to this solicitation. It is the offerors responsibility to view our web site daily for amendments to the solicitation. Contractors shall register themselves on the Internet to receive a copy of this solicitation (CD-ROM). NO EXPRESS MAIL PROCEDURES WILL BE UTILIZIED ON INIT IAL MAILING OF THE CD-ROM. All offerors are encouraged to visit the Armys 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 Registratio n (CCR), in order to receive a government contract award. To register, the CCR Internet address is http://www.ccr.gov/ NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA63/W9126G-04-R-0029/listing.html)
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN00596864-F 20040605/040603212929 (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 |