Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
SOLICITATION NOTICE

Z -- Indefinite Delivery Quantity (IDIQ) Contract for Road Drainage, Fort Polk, Louisiana and Military and Civil Projects within the US Army COE (Southwestern Division) Geographic Boundaries

Notice Date
6/30/2008
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-08-R-0219
 
Response Due
7/15/2008
 
Archive Date
9/13/2008
 
Point of Contact
Marlyin J. Hawkins, 817-886-1175
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Contract for Roads and Drainage, Primarily at Fort Polk, Louisiana and Military and Civil Projects within the US Army Corps of Engineers (Southwestern Division) Geographic Boundaries. Contractors must have a minimum of two (2) years related experience and must possess all state and locally required licenses for this type work within the state of Louisiana or within the state wherever work is being performed. The objective of the contract is to provide expeditious execution of task orders for roads and drainage construction and repairs that will vary from site to site. Project provides for an IDIQ contract for correction of erosion and drainage within the Southwestern Division area. Offerors will be required to price over 300 line items that are associated with the demolition and construction of storm water collection systems. It is anticipated that costs for all general requirements of the proposed contract are included in each line item. The contractors costs for each line item are expected to include furnishing all labor, materials, equipment, insurance, bond, administrative, supervisory, scheduling, quality control, incidental services, support operations, temporary facilities and controls, temporary utilities, safety measures, control of ground water and surface water, site preparation, removal and off post disposal of material and debris; clean up and site restoration as required by the contract documents to perform all work for the full completion of each line item incorporated into the contract for this project. Items include but are not limited to: removal of existing curb and gutters, removal of trees and stumps, construction of various types of inlet structures, construction of manholes, pavement replacement, and work site restoration (backfilling, turfing, sodding, seeding and fencing). Further, the costs are expected to include, but are not limited to furnishing off post facilities for offices, for delivery, storage, laydown, and staging areas for construction materials and equipment; and parking space for employees, subcontractors, and vendors. It also includes all requirements for the necessary safeguards and protections of persons from danger within and near the work. Orders will be placed against this contract based on the work items involved and their associated unit price. Estimated duration of the contract will be for an initial base period of 12 months with three (3) option periods of 12 months each for a total not to exceed duration of 48 months. Option periods will be exercised at the Governments discretion. NAICS Code is 237310. Small Business Size Standard is $31.0 Million. Estimated Construction Cost Range is $10,000.000.00 to $25,000,000.00. UNRESTRICTED Solicitation. Offers from responsible sources will be considered. W9126G-08-R-0219 will be issued on or about July 15, 2008, with proposals due on or about August 14, 2008 (unless otherwise stated in the solicitation). Plans and specifications will not be provided in a hard paper copy. This solicitation will be issued via Internet only at the following address: www.fbo.gov. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility to check www.fbo.gov daily for any posted changes to the solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity website at https://www.fbo.gov. Proposals from Large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The current Fort Worth District Subcontracting Targets (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 70.0%; Small Disadvantaged Business 6.2%; Women-Owned Small Business 7.0%; HUBZone Small Business 9.8%, Veteran-Owned Small Business 3.0%, and Service-Disabled Veteran-Owned Small Business 0.9%. 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.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=221a07a957bb0039bab8bc890c5f739c&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN01603678-W 20080702/080630215257-221a07a957bb0039bab8bc890c5f739c (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.