Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2007 FBO #1980
MODIFICATION

Z -- ROAD CONSTRUCTION/REPAIR, PINEY WOODS PROJECT OFFICE (JEFFERSON, TEXAS), LAKE O THE PINES, WRIGHT PATMAN LAKE, AND COOPER LAKE, TEXAS.

Notice Date
4/27/2007
 
Notice Type
Modification
 
NAICS
237310 — Highway, Street, and Bridge 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-07-R-0027
 
Response Due
5/30/2007
 
Archive Date
7/29/2007
 
Point of Contact
Robin Revard, 817.886-1044
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(Earnestine.D.Cooper@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Road Construction / repair for Piney Woods Project Office, consisting of Cooper Lake, Lake O the Pines, and Wright Patman Lake. The Road Construction / repair, Solicitation Number, W9126G-07-R-0027 will be issued in ten (10) days from the date of t his synopsis being published. This is a modification of the previous notice synopsized on 02/23/2007. Road Construction / repair is being solicited for the Piney Woods Project Office, Jefferson, Texas, for the following lakes (Cooper, Lake O the Pines, a nd Wright Patman Lake). The Government shall accept offers to perform 100% of the bid schedule work line items at all, or, any locations. Therefore, offers have the opportunity to submit an offer to only perform at Cooper Lake, or Wright Patman Lake, or Lake of the Pines, or any combination thereof. When the solicitation is issued, offers shall be required to be able to perform 100% of the work on the bid schedule, without exception. The requirement includes equipment, personnel, supplies, fuel, mainten ance, and supervision to perform various constructions and repair activities on an on-demand basis. The Contract Specialist for this solicitation will be Earnestine D. Cooper, 817-886-1044; or by e-mail at earnestine.cooper@swf02.usace.army.mil. This wil l be an Indefinite Delivery/Indefinite Quantity Type Contract. The contractor is responsible for furnishing various construction, repairs, and paving services, including equipment, personnel, supplies, fuel, maintenance, supervision, and materials when sp ecified, to perform various road construction and repair activities at and around Piney Woods Project, Cooper Lake, Lake O the Pines, and Wright Patman Lake, for certain construction tasks in accordance with contract terms, specification, descriptions, an d drawings, as ordered by individually issued Task Orders executed by a designated official. Work includes preparation of raw subgrade, road shoulder repair, new base course, scarifying / shaping existing base course, one and two course surface treatment, hot mix asphalt concrete pavement, bituminous tack and prime coat, pavement patching, sealing joints and cracks in pavement and traffic control marking. The proposed contract is an Indefinite Delivery/Indefinite Quantity contract, issued for duration of the contract is from the date of award through 365 days with four, one-year option periods of 365 days each. Option Year unit prices will be based on the Economic Price Adjustment Factor, (Construction Cost Index), as published by ENR Magazine, applied to the Base Period unit prices. Performance and Payment Bond requirements shall be in accordance with FAR 52.228-15, as stated in the current issue of Federal Acquisition Regulation. Highway, Street, and Bridge Construction contract. North American Indust ry Classification System (NAICS) Code is 237310. Small Business Size Standard is $31 Million. Estimated Construction Cost Range is $400,000.00 & $1,000,000.00 (est.), UNRESTRICTED Solicitation W9126G-07-R-0027, is anticipated to be issued on or about 01 M ay 2007, with proposals due on or about 30 May 2007 (unless otherwise stated in the solicitation). The fore coming solicitation, and subsequent contract, shall include a base with four one year options; however, the Government shall reserve the right to exercise options earlier than the 12 months period if the capacity in one option is exhausted earlier than the twelve (12) months period if the capacity in one option is exhausted earlier than expected. Under Federal Acquisition Regulation (FAR) guideli nes, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. The guaranteed minimum per task order limitation is $25,000.00. This contract will be based on best value to the Government, which may or may not result in accepting the lowest priced offer. Multiple Offers; Offers are encouraged to submit multiple offers. Each offer submitted will be e valuated separately. Offerors may submit an offer on only one lake area location, or multiple lake locations, (without penalty), and the Government will make award by determining the best value, price and other factors combined, as stated in the solicita tion. The Government may choose, depending on the results of the best value determination, to award one contract for all locations (including all bid schedules), or multiple contracts for the different locations. There will be no public bid opening. HU BZone price evaluation preference will be applied to all qualified HUBZone small business concerns, provided that the HUBZone concern has not waived their evaluation preference and their price proposal is not more than 10% above the lowest large business c oncerns price. Plans and specifications will not be provided in a hard paper copy. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (ht tps://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Contractors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issu ance at the following Internet address: http://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-07-R-0027. Proposals from Large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The Fort Worth District FY06 Subcontracting Targets (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 51.2%; Small Disadvantaged Business 8.8%; Women-Owned Small Business 7.3%; HUBZone Sm all Business 3.1%, and Service-Disabled Veteran-Owned Small Business 1.5%. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a government contract award. To register, the CCR Internet address is: http://ccr.dls c.dla.mil/ccr/. A Site Visit for the Pre-proposal meeting will be held for information exchange beginning at 0900, 14 May 2007, at the Piney Woods Project Office (Attention: Michael Shane Braley, CESWF-OD-LP), 2669 Hwy 726, Jefferson, Texas 75657-0660 ; Interested Offerors shall mail, fax, or e-mail your questions and or response to this Synopsis prior to the meeting to: Earnestine D. Cooper, Contract Specialist, USAED-Ft. Worth District, Attention: CESWF-CT-C, P.O. Box 17300, 819 Taylor Street, Room 2 A19, Fort Worth, Texas 76102-0300, FAX No. (817) 886-6407, earnestine.cooper@swf02.usace.army.mil. Following the assessment of the responses questions received, a written reply shall be provided. This will be the only 1(One) Site visit for this solicitat ion.
 
Place of Performance
Address: US Army Engineer District, Fort Worth c/o Piney Woods Project Office, Attn: CESWF-OD-LP, 2669 FM 726, Jefferson TX
Zip Code: 75657-0660
Country: US
 
Record
SN01283069-W 20070429/070427221555 (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.