MODIFICATION
Z -- Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Construction - Changes to Draft RFP, to include New Seed Project and New Site Visit Date
- Notice Date
- 3/24/2011
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124711R0004
- Archive Date
- 3/23/2012
- Point of Contact
- Anna Walker, 910-643-4556
- E-Mail Address
-
Fort Bragg Contracting Center
(anna.walker@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mission and Installation Contracting Command (MICC) Center- Fort Bragg, North Carolina, has a requirement for the Directorate of Public Works (DPW), Fort Bragg, North Carolina, to execute a broad range of maintenance, repair, and minor construction projects at Fort Bragg, Camp Mackall, Simmons, and Pope Fields, North Carolina. Therefore, the Government anticipates award of an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction. This acquisition is restricted to HUBZone, 8(a) certified, and Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The assigned NAICS Code is 236220, "Commercial and Institutional Building Construction" with a small business size standard of $33.5 million. The MATOC is to be based on a general Statement of Work (SOW) further defined in individual Task Orders. The number of contracts that may be awarded under the MATOC shall not exceed six (6). The anticipated projects for this requirement will include tasks in a variety of trades such as carpentry, roofing, painting, electrical, HVAC, plumbing, masonry, demolition, roadwork, storm drainage, earthwork, welding, and other general construction. Projects awarded utilizing the MATOC will possibly stem from completed designs, partial designs, or as specified and will be accompanied by a SOW. DPW projects may also include some design-build projects. All anticipated projects demand high standards of quality and performance. All work performed shall be in accordance with the industrial and commercial codes/standards. The capabilities required for this acquisition will be of the following general project categories: (1) Construction, repair and alteration of various facilities, (2) Minor construction and real property maintenance, remodel, and repair to include but not limited to the following: Foundation and Site Work, Concrete Construction, Masonry Construction, Metals, Carpentry, Thermal/Moisture Protection, Earthwork, Curtain walls, doors, windows, glass, Finished Materials, Fencing Communications, Elevators/Conveying Systems, Mechanical/ Electrical, Demolition and Removal, Roads/ Paving, and Painting. The period of performance for this requirement will consist of a five (5) year ordering period for a total of a sixty (60) month ordering period. THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. The Industry Day/Conference was held on 15 March 2011 at Fort Bragg, NC. Information obtained during the Industry Day/Conference is also included in this posting. The DRAFT RFP is available at the Federal Business Opportunities (FedBizOpps) website and may is also available at the Army Single Face to Industry (ASFI) website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1d38b61ffdfec4e025dcefd1d598e91f)
- Record
- SN02408594-W 20110326/110324234622-1d38b61ffdfec4e025dcefd1d598e91f (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 |