SOLICITATION NOTICE
Z -- Job Order Contracting
- Notice Date
- 8/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- ACA, Fort Sam Houston , Directorate of Contracting, 2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W9124J-05-R-1009
- Response Due
- 10/6/2005
- Archive Date
- 12/5/2005
- Small Business Set-Aside
- 8a Competitive
- Description
- Description The Directorate of Contracting, Fort Polk, Louisiana, is soliciting proposals for a contractor to furnish all labor, materials, tools, equipment, transportation, and supervision to perform a Job Order Contract (JOC). The JOC is for a broad range of sustain ment, restoration, and modernization (SRM) projects in and around Fort Polk, LA. Fort Polk is located in Leesville, LA. It provides over 100,000 square miles of ground for readiness training. The associated North America Industrial Code System code is 2 36220. Small Business size standard is $28,500,000. The contract will be an Indefinite Delivery/Indefinite Quantity, firm-fixed-price type contract against which the Contracting Officer will issue individual task orders. Task order amounts will vary. Ther e is a minimum guarantee of $200,000.00 for the base year and each option year. The total annual estimated value is $5,000,000.00. The R. S. Means (RSM) Facilities Construction Cost Data Book (current edition at the time of bid submission) and the Pulsar operating software shall be used for the base period. The R. S. Means Edition currently in effect at the time an Option is exercised shall be used for that Option period. The successful Contractor shall be required to maintain an on-site office to accom plish individual task orders. The Contractor is required to furnish all supervision, personnel, materials, equipment, and supplies necessary to manage and accomplish the tasks. Task orders include but are not limited to work in a variety of trades such as carpentry, road repair, roofing, excavation, demolition, concrete, masonry, and welding. The proposed contract will be for a 12-month base period with four additional one-year options. The maximum amount is not guaranteed. A bid bond in the amount of $200 ,000 is required. Performance and Payment bonding in the estimated annual maximum amount of $5,000,000 is also required. The solicitation is expected to be issued on or about 6 September 2005 and proposals will be due on or about 6 October 2005. A pre-pro posal conference/site visit will be conducted on or about 20 September 2005 at Fort Polk. Time and location of conference will be provided to interested offerors who register to attend. Due to security requirements, interested offerors must register by pr oviding the Contract Specialist, in writing or via electronic mail, the names of the individuals who will attend the conference and the names of their companies limited to two representatives per company. Unless you already have a permanent vehicle pass, y ou will be required to obtain a one-day vehicle pass. You will be required to present the following information: (1) vehicle registration, (2) valid driver s license, (3) current insurance card, (4) or car rental agreement (if applicable). Attendees at the pre-proposal conference are cautioned that the Government will not wait for anyone who is late or lost and will not hold another pre-proposal conference. Written questions must be furnished to the Contract Specialist no later than 1:00 PM on 15 Septem ber 2005. All questions are to be submitted in writing to valerie.gadson@samhouston.army.mil and charles.fortune@samhouston.army.mil. Questions submitted less than 5 days prior to the closing date may not be addressed before solicitation closing date; t herefore, offerors are advised to submit questions as soon as possible. Please provide your company name, telephone, point of contact, e-mail address, and solicitation number on all questions. Responses to questions are not considered changes to the solic itation as the only way the solicitation can be changed is through an amendment that will be issued. Potential contractors must be registered in Central Contractor Registration (CCR) before an award can be made. See website: www.ccr.gov to register. Re gistration for the pre-proposal conference may be made to the Contract Specialist, Valerie L. Gadson at (210) 221-4854, e-mail: valerie.gadso n@samhouston.army.mil. Points of Contact Valerie L. Gadson, 210-221-4854 and Charles T. Fortune, 210-221-3811 Email your questions to SFCA-SR-CC-W-GSD, Fort Sam Houston: valerie.gadson@samhouston.army.mil; charles.fortune@samhouston.army.mil;
- Place of Performance
- Address: ACA, Fort Polk Directorate of Contracting, 6661 Warrior Trail Fort Polk LA
- Zip Code: 71459-0908
- Country: US
- Zip Code: 71459-0908
- Record
- SN00862487-W 20050806/050804212350 (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 |