SOLICITATION NOTICE
Z -- SBSA - Job Order Contract (JOC) for Joint Base McGuire/Ft. Dix/Lakehurst, Wrightstown, NJ
- Notice Date
- 1/27/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-10-R-0014
- Response Due
- 3/12/2010
- Archive Date
- 5/11/2010
- Point of Contact
- sandra.fletcher, 215-656-6915
- E-Mail Address
-
US Army Engineer District, Philadelphia
(Sandra.G.Fletcher@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a competitive procurement for 100% Small Business Concerns for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for minor construction, addition, renovation, alteration and/or repair within the Joint Base McGuire/Ft. Dix/Lakehurst (M-D-L), Wrightstown, New Jersey. All firms must be currently registered in the Central Contractor Registration (CCR) database at the time proposals are due, as well as at the time of contract award. This is a fixed price IDIQ JOC for small to medium, multi-trade maintenance, repair, alteration and minor new construction. The work includes all labor, equipment, materials, transportation and supervision required to provide an indefinite quantity of miscellaneous construction, repairs and alteration work at predetermined wage, equipment and material costs, as well as related incidental work. The Contract term is for a base period of twelve (12) months not to exceed $9,000,000.00 and four (4) one-year option periods not to exceed $9,000,000.00 each, for a maximum total period of sixty (60) months. The estimated maximum dollar value of this procurement, including the base year and all options is $45,000,000.00. Task Orders awarded from this contract will range between $3,000.00 and $2,500,000.00. The only work authorized under this contract is work ordered by the Government through the issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered. There is a minimum guarantee of $100,000.00 during the performance period of the contract. This acquisition will utilize the best value source selection process with the intent to award one (1) IDIQ JOC contract to one (1) responsible offeror whose proposal, conforming to the Request for Proposal (RFP), has the lowest price that is technically acceptable. The Government intends to evaluate proposals and may award without further discussions. Selection for award will be based on evaluation of the following: Factor 1 Past Relevant Experience of the Offerors Team; Factor 2 - Past Performance of the Offeror's Team; Factor 3 Qualifications of the Offerors Team; Factor 4 Pricing of Sample Task Order; and Factor 5 Proposed Price Schedule. Request for Proposal Number W912BU-10-R-0014 will be issued on or about 10 February 2010 with a proposal due date of 12 March 2010 at 2:00 P.M. EST. Estimated cost range of the project is between $25,000,000.00 and $100,000,000.00. The NAICS Code for this project is 236220 with a size standard of $33,500,000.00 million. Request for Proposal documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Plans and specifications will be made available via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractors responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $100,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding is required. Please review all bonds and accompanying documents required to be submitted. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified. Award will be made as a whole to one bidder. This procurement is advertised as a 100% Set-Aside for Small Business Concerns.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0014/listing.html)
- Place of Performance
- Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Zip Code: 19107-3390
- Record
- SN02051050-W 20100129/100127234053-ed4b8533436a49df9edf314c666e0e46 (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 |