Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2006 FBO #1637
SOLICITATION NOTICE

Z -- Renovation or Repair/Alteration Multiple Award Task Order Contract (MATOC)

Notice Date
5/19/2006
 
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-06-R-0041
 
Response Due
7/14/2006
 
Archive Date
9/12/2006
 
Small Business Set-Aside
N/A
 
Description
This is a Design/Build IDIQ contract for construction services for installation support primarily at Fort Bliss, Texas and the Southwestern region of the United States. Multiple Award Task Order Contracts, (MATOC), will include military and civil pro jects within the geographical boundaries of the United States Army Corps of Engineers, (USACE), Southwestern Division. This project provides for the renovation, repair and/or alteration of construction services type work primarily at Fort Bliss Texas and t he southwestern region of the United States in support of BRAC 2005, Integrated Global Presence and Base Strategy Army Modular Force Transformation. A Multiple Award Task Order type Contract, (MATOC), maybe awarded providing for four Unrestricted contracto r pool type contracts and nine Set-Aside, type contracts in three different types of contractor pools. A maximum of three 8(a) type contractors, three HUB Zone type contractors and three Service Disabled, Veteran Owned, (SDVO), type contractor maybe awarde d in each of these Set-Aside contracting pools. A total of up to thirteen contracts maximum maybe awarded under these four different contracting pools. The maximum capacity of the Unrestricted pool is estimated to be $100 Million. The unrestricted contract ing pool will be primarily devoted to work at Fort Bliss and the southwestern region of the United States. The maximum capacity of the Set-Aside pools together is also anticipated to be $100 Million and maybe dispersed with $40 Million to each 8(a) and Hu b zone pool with the remaining $20 Million allocated to the SDVO contractor pool. The Hub Zone work will be primarily at Fort Bliss and the southwestern region of the United States. The 8(a) and SDVO work will be primarily limited to the USACE Southwestern Division area. This Indefinite Delivery, Indefinite Quantity, (IDIQ), MATOC type contract is designed to provide for multi-tasking of construction services with material provisions and fixed labor rates for a wide variety of maintenance, repair, alteratio n and minor construction type tasks, including asbestos and lead based paint abatement for both military and civil projects within the geographic boundaries of the U.S. Army Corps of Engineers, Southwestern Division and the southwestern region of the Unite d States. The objective of these contracts is to provide for the expeditious execution of task orders for general construction and/or service work that will vary from site to site. Specific task orders will be issued by the Contracting Officer in accordanc e with the unit prices, work schedule and specifications contracted. The estimated contract duration will not exceed 60 months. An initial base period of 12 months with four option periods of 12 months each is anticipated. The option periods may or may not be exercised at the Governments discretion. Any under utilized contract capacity in any one contract period maybe carried over into the subsequent contract period. Any unutilized contract capacity from one Set-Aside pool will be transferred to another typ e Set-Aside pool before being transferred to the Unrestricted pool. The total contract amount is not-to-exceed $200 Million. The Government plans to obligate to the successful offeror(s) a guaranteed amount of $10,000.00 for the base period for each of t he four Unrestricted pool contracts. The guaranteed amount for each of the 8(a), Hub Zone and SDVO pool contracts will be $5,000.00 for the base period of each of the nine Set-Aside contracts. There will be no guaranteed minimum amount for any of the optio n periods on any of the contracting pools. The total guaranteed amount for all thirteen contracts will not exceed $85,000.00. The successful offerors will be required to furnish all labor, materials, permits, equipment and services necessary to manage and accomplish the designated deliveries, recommending a solution and remediating any problems in a timely and efficient manner. Individual task orders may include a wide variety of professions and trades including, (but not limited to), biologists, enviornmentalists, environmental abatement, (Asbestos and lead based paint), technicians, argonomists, computer specialists, carpentry, plumbing, road repair, roofing, ex cavation, demolition, concrete, topographic surveyors, roofers, masonry, welding and engineering, (Civil, Mechanical, Electrical and Structural), fire protection and/or safety. Contractors must have a minimum of two years related experience and must posses all Federal, State and locally required licenses for this type of work within the States of Texas, Louisiana, New Mexico, Arkansas, Oklahoma, Nevada, California and Arizona. All offerors will be required to submit cost and technical proposals as outlined in the Request for Proposals, (RFP). All contract awards will be based on Best Value to the Government which may or may not be the lowest prices offered. All proposals from Large Businesses must comply with FAR 52.219-9 regarding the submission of a Subcon tracting Plan. The USACE Fort Worth subcontracting goals are for specified percentages of the contractor total planned subcontract amount to be placed with the following: Small Business 51.2%, Small Disadvantaged Business 8.8%, Women Owned Small Business 7 .3%, HUB Zone Small Business 3.1% and Service Disabled, Veteran Owned, (SDVO), 1.5%. The magnitude of construction is between $100,000,000.00 and $250,000,000.00. Firm-fixed price type contracts are anticipated to be awarded using Best Value evaluation cr iteria. This is a multiple-award procurement based on the various contractor pools invited to respond to this RFP. In the event one or more of the contracting pools identified above is not awarded, the contract capacity may be transferred to the remaining contractor pools as outlined above. The solicitation, (W9126G-06-R-0041), is anticipated to be issued on or about 9 June 2006, and offers will be due on or about 14 July 2006. No public bid opening procedures are applicable to this solicitation. Anticipate d award date is 30 August 06. Anticipated project completion date is 30 August 2011. FAR 52.219-14, Limitations on Subcontracting applies. The small business successful offeror(s) are required to perform at least 15 percent of the final cost of the contrac t, not including the cost of materials, with its own employees. The 2002 North American Industrial Classification System (NAICS) code applicable to this project is 236220. SIC is 1542. The Product Service Code is Y299. The Small Business Size Standard is $ 31 Million. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-06-R-0041 (Do not include period in link). The use of the FedTeds website requires prior registration at www.fedteds.gov. Plans and specifications will not be made available in paper format or on compact disc. It is the offerors responsibility to monitor the Fed BizOps web site and FedTeds web site for amendments to the solicitation. You must be registered with the Central Contractor Registration Database,(CCR), to receive a Government contract award. You may register with the CCR at http://www.ccr.gov/. The Prim ary Point of Contract for this project is Mr. David M. Deleranko, USACE Contract Specialist, (817)886-1087. Plans and specifications will not be provided in a hard paper copy format unless the Government determines that it is absolutely necessary. The Gove rnment reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the FedTeds website daily for amendments to the solicitation. Accordingly, prospective contractors may vi ew and/or download the solicitation and all amendments from the FedTeds address after solicitation issuance at the following address: https://www.fedteds.gov/fe dteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-06-R-0041 Contractors shall register themselves at this Website under the solicitation number to receive a copy of the solicitation. Further, all potenial offerors are also encouraged to visit the Armys Single Face to Industry Website located at http://acquisition.army.mil/default.htm to view other official business opportunities.
 
Place of Performance
Address: Fort Bliss c/o US ARMY COE, AO-W 6380 Morgan Ave., Ste A El Paso TX
Zip Code: 79906-4604
Country: US
 
Record
SN01054034-W 20060521/060519221210 (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.