Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2008 FBO #2309
SOLICITATION NOTICE

Z -- Job Order Contract for Fort Hood, Texas

Notice Date
3/21/2008
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACA, Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W91151-08-R-0001
 
Response Due
5/23/2008
 
Archive Date
7/22/2008
 
Point of Contact
david.markelz, 254-287-3068
 
E-Mail Address
Email your questions to ACA, Fort Hood
(david.markelz@us.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
The Fort Hood Directorate of Contracting is soliciting for its Job Order Contract (JOC). This acquisition is 100% set aside for qualifying 8(a) firms under NAICS 236220 (Size Standard $31 Million). The magnitude of the proposed procurement is estim ated to be more than $50,000,000.00, base period and options included. The SBA district office approved the geographical boundaries for firms with bonafide offices within SBA Region VI which includes Texas, New Mexico, Oklahoma, Arkansas, and Louisiana. As such, competition is limited to firms located within SBA Region 6. Offerors are encouraged to refer to the performance qualifications established by the Small Business Administration. Offerors that are not listed on the SBA list of qualifying 8(a) fir ms at the time of proposal submission, and at the time of contract award will be rejected as nonresponsive. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulation (FAR ) Part 15 for Lowest Price Technically Acceptable (LPTA) source selection methodology. Note to offerors: The Government reserves the right to cancel the solicitation, either before or after the date set for submission of proposals, with no obligation to the offeror by the Government. A single Indefinite Delivery/Indefinite Quantity contract will be awarded as a result of this solicitation, and consist of a base period (from date of contract award through one year) and four option periods. Options may b e awarded sooner than one year, depending upon workload and need, potentially shortening the overall contract period, and at the sole discretion of the Government. The guaranteed annual minimum amount for the base period will be $750,000.00. The guarante ed annual minimum amount for any option periods exercised will be $375,000.00. All work under the anticipated contract will be issued through individually negotiated task orders. In the performance of this JOC, the contractor shall provide all labor, mate rials, tools, equipment, transportation, supervision, quality control and contract oversight to manage and execute multiple, simultaneous ongoing construction projects under a broad range of sustainment, restoration, modernization, repair and maintenance, and minor new construction requirements. All construction under this contract will be performed within the confines of the Fort Hood Military Installation, at Fort Hood, Texas. Davis Bacon Wage Decisions TX080049, Building Construction, and TX20070043, H eavy and Highway, for Bell and Coryell Counties, Texas will govern work under this contract. The Unit Price Book utilized under JOC at Fort Hood is R.S. Means Facilities Construction Cost Data. The prices evaluated under this solicitation are the offerors  coefficient factors applied to the raw Means Unit Price Book prices. The Government will acquire annual updates of the Means database, thereby eliminating the use of an Economic Price Adjustment Clause in the contract. The Contractor will be required t o acquire rights/licenses for this software to participate in this acquisition. The general scope of work being procured includes, but is not limited to: site preparation; demolition of existing facilities; construction of new pre-engineered metal buildi ngs, parking lots and sidewalks; perimeter fencing and security lighting; extension of existing utilities; repair and replacement of mechanical equipment and systems, to include fire alarm and fire suppression systems; maintenance and repair of undergroun d lift stations and central plant hot and cold water piping and related controls systems; renovation of existing real property facilities. The Contractor will be responsible for obtaining, maintaining and operating an industry standard computer system, ca pable of creating electronic as-built drawings, and preparation of all standard construction and contract documentation on line and in standard Military formats . The solicitation is anticipated to be issued/posted on or about 11 April 2008 under solicitation number W91151-08-R-0001 to the Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi/. The issuing/posting date is estimated and subjec t to change. No paper copies of this solicitation are available. The Government intends to award without discussions; therefore, the offeror's initial proposal should contain its best terms. Once the solicitation is posted, it is incumbent upon the inte rested parties to review this site frequently for any updates/amendments to any and all documents. Interested parties must be currently registered in the Central Contractor Registration (CCR) to receive a government contract award. Offerors may register with the CCR at http://www.ccr.gov/. Online Representations and Certifications Application (ORCA) must also be current to qualify to receive a contract award. Offerors may register Representations and Certifications at http://orca.bpn.gov. The point of contact for this acquisition is David Markelz, Contract Specialist; david.markelz@us.army.mil.
 
Place of Performance
Address: ACA, Fort Hood Directorate of Contracting Fort Hood Directorate of Contracting, 1001 761st Tank Battalion Avenue, Room W103 Fort Hood TX
Zip Code: 76544-5025
Country: US
 
Record
SN01538693-W 20080323/080321224442 (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.