Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2011 FBO #3480
MODIFICATION

Z -- Job Order Contract for Repair Renovation & Alteration - Solicitation 1

Notice Date
6/3/2011
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Architect of the Capitol, AOC Procurement Division, AOC Procurement Division, Ford House Office Building, Second and D Streets, S.W., Washington, District of Columbia, 20515, United States
 
ZIP Code
20515
 
Solicitation Number
RFP110010
 
Archive Date
7/22/2011
 
Point of Contact
John S Friedhoff, Phone: 202-226-4525, Jerrod T Whittington, Phone: (202) 226-1940
 
E-Mail Address
jfriedho@aoc.gov, jwhittin@aoc.gov
(jfriedho@aoc.gov, jwhittin@aoc.gov)
 
Small Business Set-Aside
N/A
 
Description
The attached solicitation is for a Job Order Contract for the Architect of the Captitol The Architect of the Capitol (AOC) is soliciting interest in a Job Order Contract (JOC) for repairs, renovations, and alterations to facilities and utilities belonging to the AOC. This procurement will result in the award of one Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contractor shall implement contract management systems involved in supporting, monitoring and controlling the project operations. The contractor shall implement necessary work control procedures to ensure quality and timely work completion and tracking of the work progress. The contractor shall plan and schedule work to assure material, labor and equipment are available to complete the work within the specified time limits and in conformance with the quality and safety and health standards required. The contractor shall provide adequate on site supervision of all subcontractor employees at all time for all active work sites. The contractor shall perform all required work in conformance with industry standards and higher AOC safety standards. The basic contract period is for 12 months. The contract will contain four additional twelve month option periods. The minimum contract amount is $50,000.00.The maximum contract amount including all option periods is $40 million. The task order minimum is $2,500.00. The task order maximum is $7 million. The proposed contract work will be primarily in the District of Columbia; however some work may occur at Fort Meade, Maryland. Proposals under the JOC will be required within 14 days for tasks under $100,000 and within 10 days for urgent mission critical tasks and within 20 days for tasks over $100,000. The contractor shall provide the AOC with 12 licenses for 2012 RS Means with 12 licenses for Success Estimator software for use with UNIFORMAT II with the Work Breakdown Structure (WBS) in accordance with ASTM E 1557. All sets of software will be installed by the AOC. The Means cost data books and electronic media provided to the AOC shall include the following: 1. Facilities Construction Costs Data, 2. Mechanical Cost Data, 3. Electrical Costs Data, 4. Plumbing Cost Data, 5. Concrete & Masonry Cost Data, 6. Site Work & Landscape Cost Data. Any job costs items not found in the Means cost data shall be subject to having the prime contractor obtain three competitive quotes. The coefficient will be adjusted yearly in May based on the Building Cost Index starting in 2013. All Mean's Master Format coding linkages shall be maintained properly in the WBS template. The RS Means overhead and profit shall use the proposed coefficient instead of the overhead and profit indicated in the RS Means book. The contractor shall calculate any equipment ownership and Operating Expenses using the Construction Equipment Ownership and Operating Expense Schedule published by the U. S. Army Corps of Engineers EP1110-1-8 for Region II. Included in the contract are the Capitol Power Plant Utility Distribution System Emergency Action and Response Plan dated November 2010. The solicitation is hereby attached to this notice on June 3, 2011. This solicitation is issued on an unrestricted basis and invites full and open competition. The Coefficient factor must include all costs other than direct labor, material and equipment and bonding incurred in the performance of the work that cannot be charged to any specific work elements. The complete list of categories in the coefficient will be listed in the solicitation in the Schedule.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AOC/AOCPD/WashingtonDC/RFP110010/listing.html)
 
Place of Performance
Address: Mostly in Washington DC, Washington, District of Columbia, 20515, United States
Zip Code: 20515
 
Record
SN02463816-W 20110605/110603234708-1bd3133b3ed0b74490b274abfd2ee30b (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.