Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2008 FBO #2243
MODIFICATION

Y -- Job Order Contract (JOC), Indefinite Delivery-Indefinite Quantity (IDIQ) for Various Minor Construction, Maintenance and Repair Projects, Kuwait

Notice Date
1/15/2008
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-08-R-0020
 
Response Due
2/25/2008
 
Archive Date
4/25/2008
 
Point of Contact
Robyn Ratchford, 540-665-3676
 
E-Mail Address
Email your questions to US Army Corps Of Engineers - Transatlantic Programs Center
(robyn.ratchford@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A Job Order Contract (JOC) is anticipated for utilization within the State of Kuwait. Type of Contract: Firm Fixed Price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ). This announcement is for the purpose of soliciting names of firms interes ted in submitting a proposal to provide services to include Construction, Maintenance and Repair at various locations within Kuwait. Period of Performance: Five (5)Years consisting of One (1) Base Year and Four (4) Each Option Years. Estimated Dollar Ra nges Consist of the Following, Which Will Be More Defined in the Solicitation When Issued: Contract Maximum Amount: Estimated Range of $4 - $10 Million for the Base Year and for each Option Year. Estimated Maximum Contract Amount for Five (5)Years: $20 - $50 Million. Estimated Guaranteed Minimum Amount: $80 - $150 Thousand for Base Year and $40 - $75 Thousand for each Four (4) Option Years. Contract Procedures: The Government will furnish two (2) copies of the CD-ROMs containing the official solicit ation and the Unit Price Book to prospective offerors at no charge. Paper copies of the solicitation and additional copies of the CD-ROMs will not be available. This acquisition will be a Best Value Award requiring both a separate price and technical proposal in hard copy. The Evaluation Factors will include, at a minimum the following: (1) Factor 1 - Technical, consisting of the following Technical Subfactors (a) Management Capabilities, (b) Technical Capabilities, and (c) Subcontracting; (2) Fac tor 2 - Experience; (3) Factor 3 - Past Performance; and (4) Factor 4 - Price (Coefficient). Complete evaluation criteria and their order of precedence will be conveyed within the solicitation document when issued. Tentative date for issuance of the sol icitation is 24 January 2008. Tentative date for receipt of proposals is 25 February 2008. Tentative Award Date: 30 to 90 days from date of proposal receipt. Prime Construction Firms interested in receiving this solicitation shall address their writt en request to the Contracting Office to both of the following individuals via e-mail: Nancy.R.Aronhalt@usace.army.mil and Robyn.Ratchford@usace.army.mil and via FAX 540-665-4033. The request must state the complete name of the firm, mailing and shippin g addresses, telephone and FAX numbers, e-mail address, a specified Point of Contact for the firm, and must reference the solicitation number. CD ROMs will only be furnished to prime construction firms. Subcontractors and Suppliers must obtain informatio n from Prime Construction Firms. CD ROMs will not be provided to Plans Rooms. Firms must be registered to operate in Kuwait and must abide by all State of Kuwait local laws in the performance of the resultant contract. This acquisition consists of Full and Open Competition. All responsible sources may submit a proposal, which will be considered.
 
Place of Performance
Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
Country: US
 
Record
SN01485902-W 20080117/080115224412 (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.