SOLICITATION NOTICE
Y -- RECOVERY--Y--Firm Fixed Priced Indefinite-Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contract for Design Build, Design Bid Build Construction, Remediation of Real and Personal Property Faciliites,
- Notice Date
- 5/8/2009
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- W9127S-09-R-0021
- Response Due
- 6/30/2009
- Archive Date
- 8/29/2009
- Point of Contact
- Darrell L. Montgomery, 5013245720
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Little Rock District (SWL) has a competitive requirement for a Firm Fixed Price Indefinite-Delivery Indefinite-Quantity (IDIQ), Multiple Award Task Order Contract for design build, design bid build construction, remediation of real and personal property facilities, e.g., maintenance, repair, asbestos and lead-base paint abatement, and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection, AT/FP, powerhouses, dams, bridges and related requirements for SWL customers to include both civil and military projects. The Little Rock District (SWL) consists primarily of the state of Arkansas and Southern Missouri. 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 2 or More IDIQ contracts as a result of this solicitation. The individual task orders anticipated for this contract will be in support of customers supported by SWL. 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 $3K to $2 Million per task order and will be for construction projects of varying size and complexity. Work associated with this MATOC will fall primarily under NAICS 236220 (Addition, alteration, and renovation general contractors, commercial and institutional building). Task Orders will be multi-disciplinary, including construction, renovation, repairs, preventative maintenance, environmental abatement, and operations activities. The contracts to be awarded under this MATOC are not only intended to execute new construction, but to provide a timely response to remediation of real property facilities, e.g. maintenance, repair, and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, and ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection, AT/FP, powerhouses, dams, bridges and related requirements. This requirement will be solicited as a HUBZone and 8(a) set-asides pursuant to FAR Subpart 6.205 Set-asides for HUBZone Small Business Concerns and FAR Subpart 6.204 Section 8(a) Competition. The resultant contracts will be Firm Fixed Price contracts. The proposed contracts feature a base year and one (1) option year. Each individual task order will establish a period of performance for the individual effort. The value of the base year will not exceed $9 million (M) dollars. The total shared capacity of the base contract plus all potential options shall not exceed $45 M. Solicitation documents (Request for Proposals and all other applicable documents) will be available on or about 26 May 2009 and the approximate due proposal(s) due date will be 30 June 2009. 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. This solicitation will be issued via Internet only at the Armys Single Face to Industry Website (ASFI) on or about May 26, 2009. It is each offerors responsibility to download the solicitation from the internet website. No paper copies will be provided. No separate notice will be provided. Notification of amendments shall be made via the Internet as well. It is therefore the contractors responsibility to check the ASFI website daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: https://acquisition.army.mil/asfi/solicitation_search_form.cfm and search for Solicitation Number W9127S09R0021. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. 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://www.ccr.gov. The contracting officer for this solicitation will be Arthur J. Brown. 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 Darrell L. Montgomery. All questions or comments should be forwarded in writing by fax at (501)324-5196 or by e-mail to Darrell.L.Montgomery@usace.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-09-R-0021/listing.html)
- Place of Performance
- Address: USACE Little Rock District 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Country: US
- Zip Code: 72201
- Record
- SN01812536-F 20090510/090509165607 (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 |