Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2006 FBO #1592
SOLICITATION NOTICE

Z -- BOA PILOT PROGRAM FOR COMPETITIVE ACTIONS UNDER THE 8(A) PROGRAM ON COAST GUARD AND GOVERNMENT INSTALLATIONS IN WASHINGTON, OREGON, AND CALIFORNIA

Notice Date
4/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Oakland, 2000 Embarcadero Suite 200, Oakland, CA, 94606-5000
 
ZIP Code
94606-5000
 
Solicitation Number
HSCG88-06-A-BOAXXX
 
Response Due
5/19/2006
 
Small Business Set-Aside
8a Competitive
 
Description
THIS IS THE 8(a) BOA SYNOPSIS. (THE 8(a) BOA SOLICITATION WILL BE LOADED IN FED BIZ OPPS AT THIS SAME TIME.) SOURCES SOUGHT: Restricted to eligible 8(a) program participants serviced by the SBA San Francisco, Fresno, Sacramento, Los Angeles, Santa Ana, and San Diego District Offices, and SBA Seattle and Portland District Offices, and other 8(a) construction firms with a bona-fide places of business located in the specified geographical area in which the work is to be performed. No solicitation will be available. The draft BOA and the BOA submittal requirements are posted on FED BIZ OPPS in conjunction with this announcement. The United States Coast Guard Civil Engineering Unit Oakland is seeking Small Business Administration (SBA) certified 8(a) firms serviced by SBA District Offices in Washington, Oregon, and California, and other 8(a) participants with bona-fide places of business in Washington, Oregon, and California to participate in a Basic Ordering Agreement (BOA) Pilot Program. BOAs are designed to provide enhanced contracting opportunities to qualified firms under the 8(a) program serviced by the U.S. Small Business Administration. The BOA is not a contract but a written instrument of understanding negotiated between the US Coast Guard, Civil Engineering Unit (CEU) Oakland, and the 8(a) firm to facilitate the expeditious acquisition of construction services, if and when ordered. The BOA contains contract clauses, provisions, certifications, terms and conditions, which will apply to all task orders issued under the BOA according to the dollar amount of each task order. Annually, CEU Oakland will review the continued need for the BOA in light of (a) usefulness and need for service and (b) the effectiveness of individual contractors. The Contracting Officer will open/advertise the BOA program for new entrants twice a year. Under the BOA 8(a) firms compete on task orders for construction and construction related service requirements pursuant to the BOA. General contractors are preferred, but specialty contractors will be considered as well. Individual projects will be solicited and awarded if and when required. CEU Oakland gives no assurance from the BOA of a steady stream of work. Nothing in the BOA is intended to state or imply any agreement by the Coast Guard to place future contracts or orders with the Contractor or to require that the Coast Guard solicit and acquire covered services from that contractor only. The anticipated construction work may require a diversity of skills suitable to a variety of tasks. The anticipated construction work to be covered under the BOAs include, but is not limited to, new construction, minor construction projects (exterior and interior renovations, alterations, repairs (emergency and routine)), handling of hazardous waste and material, maintenance, mechanical, electrical, heating/air conditioning, painting, paving, earthwork, demolition, installing pipelines, and design assistance (on-site design solution for emergency calls only). Construction projects covered under the BOA are for work performed in the NAICS Subsector Codes 236 (formerly 233), 237 (formerly 234), and 238 (formerly 235). GEOGRAPHICAL AREA OF COVERAGE: The BOA covers Coast Guard and government installations in Washington, Oregon, and California. PERFORMANCE PERIOD: The performance period for the BOA is three (3) years with the Government reserving the right to grant extensions for up to two (2) additional years with no single extension exceeding one year OR until the firm graduates from the 8(a) program, whichever occurs first. Options will not be exercised for firms that do not continue to meet all BOA requirements and will be removed accordingly. The Agreement can only be changed by modification of the agreement itself and not by individual orders issued hereunder. Either party may cancel the agreement with 60 days written notice to the other party. Any cancellation will not have any effect on task orders issued prior to the effective date of cancellation. SOLICITATIONS: Each project solicitation will indicate the detail of pricing and technical information to be provided by the offeror, and evaluation criteria and the basis for award to be used for each project. The Contracting Officer, when awarding on a best value basis, may consider factors such as Past Performance, Technical Qualifications, Management Approach and Price. If the award basis will be on price alone, the Contractor may be required to furnish a Bid Bond with each proposal over $25,000. CEU Oakland will require Performance and Payment Bonds on each Task order over $25,000. The Government reserves the right to obtain a more detailed cost breakdown of labor, materials, equipment, overhead and profit at any time. ORDERS: Individual projects will be awarded using the Optional Form 347 and will provide appropriate descriptions, specifications, administrative requirements, pricing terms and completion time. Each order will be considered a separate binding contract. LIMITATION OF ORDERS: The range will be from $2,000 to a maximum of $3,000,000. Firms must demonstrate they meet the qualifications to receive a BOA. Upon submission of the following information, the Government will review the documents and the firm will be determined to be either Eligible or Ineligible. To qualify for a BOA each firm must meet the following submittal requirements (DOWNLOAD AND USE CHECKLIST FROM THIS WEBSITE TO ENSURE ALL SUBMITTALS ARE PROVIDED): (1) Completed contractor information sheet. (2) SBA Firm Profile from the Small Business Dynamic Search at www.ccr.gov. (3) Evidence of 8(a) Certification, be assigned a Small Business Opportunity Specialist from one of the districts in Oregon, Washington, or California; and have a bona-fide address within the same district in which the work is to be performed. (4) Registration in the Department of Defense (DOD) Central Contractor Registration (CCR) database. To register in the CCR database, go to the CCR website at http://www.ccr.com, go to "Start New Registration", and follow the directions for registration. (5) Copy of Contractor's License. (6) Letter from bonding company stating the single and aggregate bonding capacity. (7) Provide evidence of submission of VETS-100 Report, entitled ?Federal Contractor Veterans? Employment Report (VETS-100 Report),? as required by FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (If not applicable, provide statement that Offeror has not had contracts subject to this requirement.) (8) Provide Contractor Past Performance Surveys or Performance Evaluation Reports received for projects completed within the last three years. (9) Safety record information. A request for a BOA may be denied if a contractor has an Experience Modifier Rate (EMR) greater than 1.2 and/or an incidence rate higher than 5.0 or if the contractor does not meet the other criteria. (10) A copy of the offeror's Online Representations and Certifications from (ORCA) at http://www.bpn.gov. Please submit your package to US Coast Guard, Civil Engineering Unit Oakland, Attn: Joyce Groda, 2000 Embarcadero Room 200, Oakland CA 94606 or via email to Joyce Groda at jgroda@d11.uscg.mil not later than Close of Business on 19 May 2006. EARLY SUBMISSIONS ARE ENCOURAGED. Late submissions will not be considered. It is the offeror's responsibility to check FED BIZ OPPS website at www.eps.gov for any revisions to this announcement or other notices.
 
Place of Performance
Address: COAST GUARD AND GOVERNMENT INSTALLATIONS IN WASHINGTON, OREGON, AND CALIFORNIA
Country: USA
 
Record
SN01020640-W 20060406/060404220427 (fbodaily.com)
 
Source
FedBizOpps 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.