Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOLICITATION NOTICE

Z -- Indefinite Delivery Indefinte Quantitity Renovation of Administrative-Supply facilities at Fort McCoy, WI.

Notice Date
8/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA05B0003
 
Response Due
8/22/2005
 
Archive Date
10/21/2005
 
Small Business Set-Aside
8a Competitive
 
Description
The Directorate of Contracting at Fort McCoy, Wisconsin will be requesting bids for the renovation of multiple Administrative-Supply facilities on Fort McCoy, Wisconsin. The proposed contract will be an Indefinite Delivery/Indefinite Quantity, firm- fixed-price type contract, issued in the form of an Invitation for Bid (IFB) using 8(a) competitive procedures. Only one award will be made. The proposed contract will cover a total of five years, consisting of a 12-month base period with four additional one-year options. The guaranteed minimum is applicable to the base period only and is one (1) building. The maximum order amount against the contract (base and all option periods) is fifty (50) buildings. The maximum amount is not guaranteed. Perform ance and payment bonds will be required IAW FAR 52.228-15 as applied to indefinite-quantity contracts. A bid guarantee will also be required in the amount of 20% of bid price or $3,000,000, whichever is less. The FSC Code is Z163 and the North American I ndustry Classification System (NAICS) code is 236220, size standard is $28,500,000.00. The work consists of furnishing all plant, labor, equipment, materials, and transportation necessary to performe all required work in accordance with the plans and sp ecifications for interior and limited exterior renovation of military administrative  supply facilities. Typical renovation work consists of, but is not limited to, performing asbestos abatement; demolition; interior framing; mechanical , plumbing, and e lectrical work; installation of doors and windows; installation of sheetrock to include taping, floating, texturing, and painting; installation of flooring, sprinkler, fire, and alarm systems, and removal and replacement of exterior siding. This work shal l be performed in strict accordance with all federal, state, and local regulations. Additionally, it shall be the contractors responsibility to obtain and submit all required permits for this work. Specifications and drawings will be included in the sol icitation. The magnitude of this requirement is between $6,000,000.00 and $12,000,000.00. The Solicitation package will be issued in the form of a Invitation for Bid (IFB) and will be available for downloading from the Internet on the Federal Busines s Opportunities (Fed Biz Opps) Website at address: www.eps.gov. No hard copies will be provided. The solicitation is expected to be issued on or about 22 August 2005 and proposals will be due on or about 21 September 2005. A pre-proposal conference/site visit will be conducted on or about 7 September 2005 at Fort McCoy, WI. Time and location of conference will be stated in the solicitation and provided to interested offerors who register to attend. Due to security requirements, interested offerors must register by providing the Contract Specialist, in writing or via electronic mail, the names of the individuals who will attend and the names of their company. Attendance is limited to two representatives per company. Unless you already have a permanent ve hicle pass, you will be required to obtain a one-day vehicle pass. You will be required to present the following information: (1) vehicle registration, (2) valid drivers license, (3) or car rental agreement (if applicable). Attendees at the pre-proposal c onference/site visit are cautioned that the Government will not wait for anyone who is late or lost and will not hold another pre-proposal conference/site visit. Written questions must be furnished to the Government no later than 1:00 PM on 9 September 200 5. All questions are to be submitted in writing to bj.eldien@us.army.mil. No telephone requests will be accepted. Questions submitted less than 10 days prior to the closing date may not be addressed before solicitation closing date; therefore, 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. The Government will respond to all questions via the issuance of an amendment which incorporates the question and the Governments response. All interested parties must be registered in the Central Contractor Registration (CCR) database p rior to award of a Government contract. Offerors are further advised that failure to register in the CCR database will render your firm ineligible for award. CCR can be obtained by calling 1-888-227-2423 or through the Internet address: www.ccr.gov. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. All responsible 8(a) sources may submit a proposal that shall be considered by this Agency.
 
Place of Performance
Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN00865352-W 20050810/050808213054 (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.