Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

C -- Commissioning Services Contract (Base for IDIQ) - Requirements Package Issuance

Notice Date
4/21/2008
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-08-R-0015
 
Response Due
5/19/2008 3:00:00 PM
 
Point of Contact
Maureen D. Turner-cooper, Phone: 301-619-0054
 
E-Mail Address
maureen.d.turner-cooper@usace.army.mil
 
Description
Solicitation Number: W912DR-08-R-0015 Restrictions: Unrestricted Title: Commissioning Services Contract (Base for IDIQ) Location: Fort Detrick, MD and other locations in North Atlantic Division< Synopsis: On or about 20 January 2008, the U.S. Army Corps of Engineers, Baltimore District intends to issue an unrestricted request for proposals for commissioning services under NAICS code 541330, size standard $4.5M. The Government's intent is to award an Indefinite Delivery Indefinite Quantity contract primarily for various Commissioning (Cx) Services by a Commi ssioning Specialist (CxS), and with secondary capability for various Construction Management (CM) services. The United States Army Medical Research Institute of Infectious Diseases (USAMRIID) is involved in the research of biological agents, and thus, exp erience with commissioning and bio-containment at facilities containing this type of element is critical. The commissioning support contract shall be used to support U.S. Army Corps of Engineers Baltimore District (USACE) and its customers at Ft. Detrick to include USAMRIID facility replacement, the steam sterilization plant, and other projects related to the bio-defense campus located at Ft. Detrick and at other laboratory facilities within NAD. The task orders awarded under this contract will include fi rm-fixed price features for a wide range of commissioning and/or CM services. The IDIQ will cover a five year period, with a three year base period and a two-year option period. The contract capacity will be $15,000,000 over the life of the contract. Or ders may be issued for a minimum of $10,000 and up to the total capacity of the contract. This contract will be solicited by Request for Proposal (RFP), and competitive proposals will be evaluated based on the evaluation factors set forth in the s olicitation package. Separate technical and cost proposals will be evaluated using the best value approach. The award will be made to the Offeror whose proposal is considered most advantageous to the Government, costs and other factors considered. Only one contract shall be awarded to a single Offeror. Award will be based on the proposal which may include Best and Final Offers from those offerors in the competitive range. Large Business Firms are required to submit a subcontracting plan with their pro posals. The Small Business subcontracting goal for this procurement is 51.2% of the total subcontracting dollar value. Of that amount, 8.8% should be placed with Small Disadvantaged Businesses, 7.3% with Women Owned Small Businesses, 3.1% with HUB Zone Bus inesses, 1.5% with Veteran Owned Small Businesses and 1.5% with Service Disabled Veteran Owned Small Businesses. All responsible sources may submit a proposal which shall be considered by the agency. The media through which the Government chooses to issue this solicitation will be the Internet only. This solicitation will not be issued in paper. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the C entral Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding future registration, contact CCR Web site at http:/ccr.gov. Other information regarding registration can be obtained through CCR Assistance Center (CCRAC) at 1-888-227-2423. A paper form for registration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Admin istration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/ subcontractors Prospective Offerors are requested to submit written questions that they would like addressed. Offerors are encouraged to submit all questions electronically. All questions must be submitted in writing Contractors are requested to contact Maureen Turner-Cooper at Maureen.D.Turner-Cooper@usace.army.mil with any questions.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=513f909a698cee766203aeb12dbc2af4&tab=core&_cview=1)
 
Place of Performance
Address: Fort Detrick, Maryland and other locations in North Atlantic Division Fort Detrick, Maryland and other locations in North Atlantic Division Fort Detrick MD
Zip Code: 21702
 
Record
SN01557708-W 20080423/080421214628-07c8de37e28968c97dd2066d36151669 (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.