Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2008 FBO #2456
SOLICITATION NOTICE

Z -- Construction and Services IDIQ Contracts

Notice Date
8/15/2008
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Transatlantic Programs Center, 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-0029
 
Response Due
10/31/2008
 
Archive Date
12/30/2008
 
Point of Contact
Robyn Ratchford, 540-665-3676<br />
 
Small Business Set-Aside
N/A
 
Description
Tentative date to release RFP 28 August 2008 Proposals received on 28 October 2008 Award on 18 December 2008 The announcement is the combined synopsis/solicitation notice. DESCRIPTION: Solicitation W912ER-08-R-0029 is for IDCs (Indefinite Delivery Contracts) for a full range of contract support throughout TACs CENTCOM AOR as well as other portions of Africa. It is the Governments intent to award five or more MATOCs (Multiple Award Task Order Contracts) as a result of this solicitation. The period of performance will be one base year of 12 months with four one year option periods. The total period of performance will not exceed five years. The total value of each MATOC awarded for the entire period of performance (up to five years) will be $1 Billion dollars each. Individual task orders will be issued for each project. To the maximum extent possible, individual task orders will be competitively issued. The task orders will be issued as fixed price or cost reimbursement. For a contractor to perform cost reimbursement work they must have a U.S. Government approved accounting and estimating system. PROJECT SCOPE: The individual task orders will be for construction and services. Construction includes, but is not limited to, new work, restoration, renovation, repair, design-build activities, related operation and maintenance (O&M) services, and planning and design in conjunction with construction. The majority of the work performed (90% or more) will be construction. Services includes, but is not limited to logistical and life support services, minor environmental remediation and mitigation services. PROPOSAL PROCEDURES: The Request for Proposal (RFP) will only be issued to prime construction contractors. The MATOCs will be construction contracts. Copies of the RFP will not be released to suppliers or Plan Rooms but the Plan Holders List can be released. A Best Value Tradeoff Process contracting method will be used to evaluate proposals. Offerors will be required to submit a proposal for the base contract and will also be required to submit a proposal (cost and technical) for each Sample Task Order attached to the RFP. Two or more Sample Task Orders will be a part of the RFP. The Sample task orders will be priced as either fixed price or cost reimbursement. It is the Governments intent to award the Sample Task Orders on or after award of the base contracts. Evaluation criteria and other precedence will be stated in the RFP. PLANS AND SPECIFICATIONS: This is an electronic issued solicitation. The Government will furnish two (2) copies of the CD-ROM containing the solicitation and sample task orders. The CDs will be sent by a carrier service, i.e. DHL, Federal Express, etc. Paper copies of the solicitation will only be issued to contractors that do not have access to electronic data. Proposal will be due sixty (60) days from the issue date of the RFP. Proposals cannot be submitted by FAX or e-mail. Only paper copies will be accepted. POINT OF CONTACT: Ms Edna L. Pond, Contract Specialist, (540) 665-3679, FAX (540) 665-4033 or e-mail Edna.L.Pond@usace.army.mil. Request for proposals and questions shall be sent to Ms Robyn Ratchford (540) 665-3676, FAX: (540) 665-4033, or e-mail Robyn.Ratchford@usace.army.mil. The request must state the name of the firm, include mailing and shipping addresses, telephone and fax numbers, point of contact, e-mail address, DUNS number, and type of business i.e. construction, supplies, equipment, A-E, services, etc. If you have previously requested the RFP no further action is required.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=46ecca98ffd7d9eb2a044c2b35761c18&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA<br />
Zip Code: 22604-1450<br />
 
Record
SN01641722-W 20080817/080815223935-46ecca98ffd7d9eb2a044c2b35761c18 (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.