SOLICITATION NOTICE
Z -- Basic Ordering Agreement (BOA) - Competitive 8(a) Set-Aside - Construction Projects - Naval Air Station, Corpus Christi and Naval Air Station Kingsville, Texas
- Notice Date
- 5/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N69450 NAVFAC SOUTHEAST, Public Works Department, 8851 Ocean Drive, Naval Air Station, Corpus Christi, TX
- ZIP Code
- 00000
- Solicitation Number
- N6945010BOACC
- Response Due
- 6/28/2010
- Archive Date
- 6/28/2010
- Point of Contact
- Charlotte Cummins 361-961-2933 Danny Ortiz, Contract Specialist361-961-5219
- Small Business Set-Aside
- Competitive 8(a)
- Description
- THIS ACQUISITION WILL BE SOLICITED AS AN 8(A) SET-ASIDE TO8(A) FIRMS SERVICED BY THE LOWER RIO GRANDE VALLEY SMALL BUSINESS ADMINISTRATION DISTRICT OFFICE, HARLINGEN, TEXAS AND THE SAN ANTONIO SMALL BUSINESS ADMINISTRATION DISTRICT OFFICE, SAN ANTONIO, TEXAS. It is anticipated that the solicitation will result in an award of a Basic Ordering Agreement (BOA) for minor construction projects, maintenance/repair construction projects and emergency repairs at Naval Air Station Corpus Christi and Naval Air Station Kingsville, Texas. On-site design solutions for emergency calls and Design/Build services for minor construction projects are included. It is our intent to award Basic Ordering Agreements for a base period of one year and two options. Up to (10) agreements may be awarded. Projects awarded under this BOA will be for NAICS Code Groups 236, 237 and 238. Task Orders Issued under this BOA will be between $100,000 and $3,500,000.00. Basis for award of a BOA will be past performance, bonding capability of at least $1,000,000.00 and area of consideration limited to firms serviced by Lower Rio Grande Valley and San Antonio U. S. Small Business Administration District Offices. The evaluation criteria are as follows: 1. Past performance: Provide up to five projects that your firm has performed within the last three years to include contract numbers, value of contracts, points of contact for reference with phone numbers, email addresses and period of performance. Projects should reflect your firm's performance and qualifications similar in size and scope to the requirements listed. 2. Bonding capability: Provide a letter from your bonding company stating your bonding capability. The letter must be from a company listed in the Department of Treasury Listing of Approved Sureties (OMB Department Circular 570). 3. Area of Consideration: Provide 8(a) Certification and Letter of Eligibility from applicable SBA District Office. Contractors must have representations and certifications registered on the ORCA website located at https://orca.bpn.gov/. The proposal due date will be 28 June 2010, 4:30 pm (CDT).Proposals should be forwarded to Charlotte Cummins via email at charlotte.cummins@navy.mil. Point of contact for further information is Charlotte Cummins at 361-961-2933.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62467S/N6945010BOACC/listing.html)
- Place of Performance
- Address: Naval Air Station, Corpus Christi, TX
- Zip Code: 78419
- Zip Code: 78419
- Record
- SN02163537-W 20100530/100528235530-e48f6e1a2ea990f6205513eb6b01c982 (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 |