Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

56 -- RECOVERY--Water Borne Restroom / Shower Facility Installation with Waterless Vault Restroom

Notice Date
6/1/2009
 
Notice Type
Presolicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-09-T-0059
 
Archive Date
7/4/2009
 
Point of Contact
Steven R. Jessen, Phone: 3097945259, Sally A Duncan, Phone: 309/794-5628
 
E-Mail Address
steven.jessen@us.army.mil, Sally.A.Duncan@usace.army.mil
(steven.jessen@us.army.mil, Sally.A.Duncan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a GSA e-buy for the following requirements: Water Borne Restroom / Shower Facility Installation Requirements : Contractor is responsible for turnkey construction to include connection to utilities, excavation and rebar reinforced concrete, pouring of footing, foundation and slab, floor drains, installation or construction to include reinforced CMU walls, 8" solid concrete and steel-framed insulated roof. Trim out of the complete building with all fixtures. Top of slab will be 12-18" above existing grade. Government will bring water, sewer and electrical service to within 10 feet of the foundation. Restroom accessories such as toilet paper dispensers, signs, trash cans and sanitary napkin receptacles will be supplied and instal led by the government. Waterless Vault Restroom Installation Requirements : Contractor responsible for turnkey construction to include excavation, tank placement, backfill, concrete, rebar, pouring of footing, foundation and slab, building installation or construction to include reinforced CMU walls, 8" solid concrete and steel-framed, insulated roof. T rim out of the complete building with all fixtures and accessories. Top of slab will be 12-18" above existing grade. Best Value Procurement : Award will be made based on best value to the Government, not based on price alone, in accordance with FAR Part 52.212-2 "Evaluation - Commercial Items" (Jan 1999). The following evaluation factors will be considered; Past Performance, Key Personnel and Price. The evaluation factors of Past Performance and Key Personnel will weigh more heavily than Price in determining the best value to the Government. An evaluation will be completed for each responsive bid received by the due date and time in response to this solicitation. Selection of a Contractor will be determined following a thorough assessment of bids. The assessment will involve a determination by the Government of the overall merit of each Contractor's bid, recognizing that subjective judgment on the part of the Government is implicit in the entire process. An award will be made to the bid which is deemed responsible in accordance with FAR 9.1, and which conforms to this Request for Quote (RFQ) and is determined to be the overall most advantageous to the Government, with price and other factors considered. Past Performance : Provide documentation that describes your company's product, quality of service, customer satisfaction, timeliness of performance, and business relations on previous work assignments. List name, mailing address, e-mail address and telephone number for three references. Key Personnel : Provide resumes of all personnel including subcontractors that will be working under this contract, demonstrating their responsibilities on this project, education, relevant work experience and training. In order to be considered responsive, bidders must complete and return the Bid Schedule, Past Performance Information and Key Personnel Resumes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-09-T-0059/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Coralville Lake Project, 2850 Prairie Du Chien Road N.E., Iowa City, Iowa, 52240-7820, United States
Zip Code: 52240-7820
 
Record
SN01832897-W 20090603/090601235524-6662e8d2db3f185216bfd60dc3cc2f1f (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.