Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2005 FBO #1343
SOLICITATION NOTICE

Z -- Indefinite Delivery/Indefinite Quantity Construction Contract to Repair the Electric and Water Service to 46 Sites in Mill Creek Park

Notice Date
7/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-05-R-0026
 
Response Due
9/14/2005
 
Archive Date
11/13/2005
 
Small Business Set-Aside
N/A
 
Description
Primary Point of Contact for this project is Earnestine Cooper, Contract Specialist, (817) 886-1044. This will be an Indefinite Delivery/Indefinite Quantity Construction Type Contract to repair the electric and water service to sites 1 through 46 in Mill Creek Park. The Contractor shall furnish all labor, tools, equip ment, personnel, supplies, fuel, maintenance, and supervision and materials when specified to perform various construction and utility repair activities at and around Sam Rayburn/Town Bluff Project Office (Sam Rayburn, and Town Bluff Lakes, Jasper, Texas). The contract will consists of a Base Bid Task number 1, and three Option tasks. Work includes construction of the followings: Base Bid Task number 1  Repair the electric and water service to sites 1 through 46 in Mill Creek Park. Option number 1, Task number 2  Install a 2 inch schedule 40 PVC water service from the meter supply point to the reserve capacity tank in Mill Creek Park. Connect to existing water service lines. Option number 2, Task number 3  Install a new water service from the par k supply point to the loop E connection point in Mill Creek Park. Option number 3, Task number 4  Install a new 2 inch sch 40 PVC water service from the park entrance supply point to the restroom/shower facilities in Loop A and Loop D in Mill Creek Park. Consideration of proposed alternative methods: After contract award, the contractor may request permission from the Contracting Officer to submit alternative plans, supplies, materials, etc., if desired. The Contracting Officer may or may not grant the contractor such permission. If permission is not granted to consider alternatives, the contractor must provide facilities as contained in these contract documents. However, if permission is granted and the contractor wishes to propose alternatives, the contractor must provide documentation and other supporting data which can be used by the Contracting Officer to evaluate any proposed alternatives and render a decision. The Contracting Officer retains sole authority to make this decision and the Contract ing Officers decision is final. Minimum needs: The contract plans and specifications meet the minimum needs of the Government at this time. The dimensions shown on the plans are approximate and can be adjusted somewhat in certain instances. However any proposed deviations must be specifically approved in writing by the Contracting Officer or his representative. Construction period: The contractor shall complete all work on the Utility Repair in accordance with the SCHEDULE in these specifications. Co mpletion of all work shall be done in 120 calendar days after approval. The Contracting Officer shall consider time extensions in certain cases where the contractor can provide supporting documentation that delivery of materials or supplies, such as wire, electrical fixtures, etc., will prevent him from accomplishing the work in accordance with the SCHEDULE. Subcontractors and Consultants: Any subcontractors and outside associates or consultants retained by the Contractor in performance of the design ser vices covered by this contract shall be limited to such individuals or firms as were specifically identified as preparing the proposal. Any substitution in such subcontractors, associates, or consultants will be subject to the prior approval of the Contra cting Officer. Substitutions of or Equal Products: The contractor shall have the opportunity to substitute or equal products for any items in this solicitation which have been identified by specific manufacturer and/or model number, provided the cont ractor can provide sufficient documentation that the substitute products are truly equal to the product specified. Actual work performed will be authorized by task orders issued independently to the contractor during the term of the contract. The Governm ent intends to issue this solicitation and all amendments through the use of the Internet . No additional media (CD ROMS, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Drawings: Construction drawings have been furnished by the Government. Drawings can be downloaded from the internet fr om the Fort Worth Web site listed below. Contractors may view construction drawings and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitations.asp All bidders are required to check the Fort Worth District Contracting Division website daily to be notified of any changes to this solicitation. All bidders are encouraged to visit the Armys Single Face to Industry website at http://acquisition.army.mil/d efault.htm to view other business opportunities. Estimated Cost Range: $250,000.00 and $500,000.00. Solicitation to be issued on or about 14 Aug 2005, and will close on 14 September 2005. Duration of the contract is approximately 120 days. Request for Proposals from all qualified business concerns are solicited. If a Large business firm intends to submit a proposal, it must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The Fort Worth District FY05 Subcontracting Targets (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 50.9%; Small Disadvantaged Business 8.8%; Women-Owned Small Business 0.5%. The North American Industrial Classification S ystem (NAICS) code applicable to this project is 236220, Commercial and Institutional Building Construction, which corresponds to SIC Code 1542. Small Business Standard is $28.5 million per year. Contractors may view/download this solicitation and all ame ndments from the Internet after solicitation issuance at the following Internet address: http://ebs.swf.usace.army.mil. All bidders are required to check the Fort Worth District Contracting Division website daily to be notified of any changes to this sol icitation. All bidders are encouraged to visit the Armys Single Face to Industry website at http://acquisition.army.mil/default.htm to view other business opportunities across the Army. Offerors must be registered with Central Contractor Registration htt p://www.ccr.gov/
 
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
 
Record
SN00858114-W 20050731/050729212415 (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.