Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2007 FBO #2016
SOLICITATION NOTICE

Y -- Indefinite Delivery/Indefinite Quanti8ty (IDIQ), Paving Contract for Metroplex Regional Office (Ray Robert Lake, Grapevine Lake, Lewisville Lake, Lavon Lake, Benbrook Lake, Joe Pool Lake, and Bardwell Lake)

Notice Date
6/2/2007
 
Notice Type
Solicitation Notice
 
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-0064
 
Response Due
7/16/2007
 
Archive Date
9/14/2007
 
Small Business Set-Aside
Total HUB-Zone
 
Description
IDIQ Paving (Road Construction/repair) Construction Contract for US Army Corps of Engineers, Fort Worth District, Metroplex Regional Office (Ray Robert Lake, Grapevine Lake, Lewisville Lake, Lavon Lake, Benbrook Lake, Joe Pool Lake, and Bardwell Lake ). The Road Construction / repair, Solicitation Number, W9126G-07-R-0064 will be issued in fifteen (15) days from the date of this synopsis being published. The Government shall accept offers to perform 100% of the bid schedule work line items at all loca tions. 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 variou s constructions and repair activities on an on-demand basis. The Contract Specialist for this solicitation will be Jean Ross, Tel: 817-886-1165, Fax: 817-886-6403, E-mail: Jean.Ross@swf02.usace.army.mil and Ms. Sheila Garret, Contracting Officer, Tel: 817 -886-1058, E-mail: Sheila.Garrett@swf02.usace.army.mil. This will be an Indefinite Delivery/Indefinite Quantity (IDIQ) Type Construction Contract. The Contractor is responsible for furnishing various construction, repairs, and paving services, including equipment, personnel, supplies, fuel, maintenance, supervision, and materials when specified, to perform various road construction and repair activities at and around for certain construction tasks in accordance with contract terms, specification, descrip tions, 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 du ration 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, a pplied 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 A merican 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.), This acquisition is HUB-Zone set-aside Solicitation W9126G-07-R-0064, is anticipated to be issued on or about 15 June 2007 2007, with proposals due on or about 16 July 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 expecte d. 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 cont ract 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. There will be no public bid opening. HUBZone price evaluation prefer ence will be applied to all qualified HUBZone small business concerns, provided that the HUBZone concern has not waived their evaluation preference and their pr ice proposal is not more than 10% above the lowest large business concern's 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 Interne t 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 usi ng 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 sys tem. 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-0064. 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 to be determined. at the Elm Fork Pr oject Office. Interested Offerors shall mail, fax, or e-mail your questions and or response to this Synopsis prior to the meeting to: Jean Ross, Contract Specialist, FAX No. (817) 886-6403, Jean.Ross@swf02.usace.army.mil. Following the assessment of t he 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 Metroplex Regional Office (Ray Robert Lake, Grapevine Lake, Lewisville Lake, Lavon Lake, Benbrook La Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01309184-W 20070604/070604173531 (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.