Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2008 FBO #2431
SOLICITATION NOTICE

Y -- Indefinite-Delivery Indefinite-Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Construction, Gulf Region Division South District, Iraq

Notice Date
7/21/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Gulf Region Division-Iraq, Gulf Regional Division-Iraq, W6EX USA IRAQ PROV CMD, USACE GULF REGIONAL DIV KO, OPERATION RESTORE IRAQI FREEDOM, APO AE, AE 09316
 
ZIP Code
09316
 
Solicitation Number
W917BK-08-R-0055
 
Response Due
9/5/2008
 
Archive Date
11/4/2008
 
Point of Contact
Robert Williams, 540-665-3955
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Gulf Region Division South (GRD-S) has a competitive requirement for an Indefinite-Delivery Indefinite-Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) to support customers supported by the Gulf Region Division South District, specifically in Southern Iraq to include projects inside and outside the boundaries of existing Mult-National Bases. The Gulf Region South Areas of Operation includes the following Provinces: Basrah, Muthanna, Maysan, Thi Qar, Qadisiyah, Karbala, Babil, Wasit, and Najaf. It is the Governments intent to make multiple contract awards under a single solicitation. This solicitation will result in multiple award task order contracts entered into in accordance with Federal Acquisition Regulation (FAR) 16.504(c). The Government anticipates awarding up to five (5) IDIQ contracts as a result of this solicitation. The individual task orders anticipated for this contract will be in support of customers supported by the Gulf Region Division Central District. This type of procurement IDIQ MATOC is expected to help minimize design effort and related overhead expenditures and handle compressed delivery schedules. The task orders will range from $100,000 to $50 Million per task order and will be for construction projects of varying size and complexity. Task Orders will include multi-disciplinary, but not limited to construction, reconstruction, renovation, restoration, incidental or limited design associated with those types of activities, and other presently unforeseeable requirements that may arise, and will include a variety of trades such as carpentry, road repair, roofing, excavation, interior/exterior elements, mechanical, electrical, steam welding, asbestos and lead paint abatement incidental to construction and/or project design. The IDIQ MATOC will not be used for Architectural-Engineering (AE) services; however, incidental AE services may be needed for some projects. This requirement will be solicited on a full and open competition basis pursuant to FAR Subpart 6.1 Full and Open Competition. The resultant contracts will be Firm Fixed Price contracts. The proposed contracts feature a base year and two (2) option years. Each individual task order will establish a period of performance for the individual effort. The value of the base year will not exceed $200 million (M) dollars, option year one will not exceed $150M, and option year two will not exceed $100M. The total shared capacity of the base contract plus all potential options shall not exceed $450M. The contractor shall comply with host country prescribed laws, policies and procedures for performance of services. Solicitation documents (Request for Proposals and all other applicable documents) will be available on or about 06 August 2008 and the approximate proposal(s) due date will be 05 September 2008. Note: These dates are subject to change. The proposals will be evaluated and award (s) shall be made utilizing Best Value Trade-off source selection policies and procedures in accordance FAR Subpart 15.3 SOURCE SELECTION. The solicitation will be issued in electronic format and will be posted to Federal Business Opportunities (FEDBIZOPPS) at http://www.fedbizopps.gov and Baghdad Business Center (BBC) at http://www.baghdadbusinesscenter.org. All potential offerors are responsible for downloading the solicitation from the websites provided. Potential offerors are responsible for checking the website(s) for any future amendments and downloading those amendments as they occur. No separate notice will be provided. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the solicitation and applicable documentation posted at the referenced websites. All responsible sources may submit a proposal at their own cost. The point of contact for this acquisition is Robert E. Williams at robert.e.williams@usace.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a4d4006b339c3d9a39e2275d5d89a948&tab=core&_cview=1)
 
Place of Performance
Address: Gulf Regional Division-Iraq W6EX USA IRAQ PROV CMD, USACE GULF REGIONAL DIV KO, OPERATION RESTORE IRAQI FREEDOM APO AE AE
Zip Code: 09316
 
Record
SN01619251-W 20080723/080721223513-a4d4006b339c3d9a39e2275d5d89a948 (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.