SOLICITATION NOTICE
Y -- Single Award Task Order Contract (SATOC) for Multi-Disciplinary Maintenance, Repair, and Minor Construction Work in Support of the NAVSUP Fleet Logistics Center and Other Customers Supported by the Seattle District Corps of Engineers.
- Notice Date
- 8/30/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-12-R-0041
- Response Due
- 10/15/2012
- Archive Date
- 12/14/2012
- Point of Contact
- Russell C. Bergt, 253-967-4237
- E-Mail Address
-
USACE District, Seattle
(russell.c.bergt@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The Seattle District Corps of Engineers has a competitive 8(a) set-aside requirement for a $30,000,000 Indefinite-Delivery, Indefinite-Quantity (IDIQ) Single Award Task Order Contract (SATOC) consisting of a one-year base period with two one-year option periods. The total capacity of the base plus two option periods shall not exceed $30,000,000. The task orders anticipated for this contract will be for projects in support of NAVSUP Fleet Logistics Center at sites in the States of Washington, Oregon, Idaho, and Montana; and for other customers supported by the Seattle District Corps of Engineers throughout Washington, Oregon, Idaho, and Montana. This type of contract vehicle is expected to help minimize design effort and related overhead expenditures and handle compressed delivery schedules. Typical task orders under this contract are anticipated to range from $50,000 to $750,000, with a maximum of $2,000,000 per task order, and will be for projects of varying size and complexity. Task orders will include multi-disciplinary maintenance and repair and minor construction work and may include a variety of trades such as carpentry, road repair, roofing, excavation, interior/exterior elements, mechanical, electrical, steam welding, asbestos, lead paint abatement incidental to construction, and/or project design. The majority of task orders can be expected to require some incidental design effort by the Contractor. Examples of typical incidental designs include, but are not limited to, fire alarm systems, fire sprinkler systems, HVAC system installation and balancing, communications systems, structural design of minor facilities or components and licensed professional engineer certification of site adaptation of pre-engineered structures. One (1) contractor will be selected for award under the solicitation for this requirement. The solicitation for this IDIQ SATOC requirement will be 100% set-aside for 8(a) small business concerns and will be limited to 8(a) firms with a bona fide business in Washington, Oregon, or Idaho. This solicitation will be issued as a Request for Proposals (RFP) using trade-off source selection procedures outlined in Federal Acquisition Regulation (FAR) Part 15. An IDIQ SATOC, to be used for the issuance of firm-fixed price task orders, will be negotiated as a result of this procurement. The performance period under this SATOC will include a one-year base period, with the option to extend for two (2) additional one-year option periods, for a total contract period Not-to-Exceed (NTE) three (3) years. The maximum value of all work issued under this SATOC will be limited to $30 Million over the life of the contract. The primary North American Industry Classification System (NAICS) Code for this procurement is 236220, Commercial and Institutional Building Construction, with a small business size standard of $33.5 Million. As a 100% 8(a) Small Business set-aside, the solicitation for this requirement will be open to all eligible 8(a) small business concerns with a bona fide business in Washington, Oregon, or Idaho. For the purposes of this procurement, a concern is considered a small business if its average annual gross revenue, taken for the last 3 fiscal years, does not exceed $33.5 Million. IMPORTANT NOTICE: All contractors proposing on Department of Defense solicitations must be registered in the System for Award Management (SAM) database prior to award of the contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. You are encouraged to register as soon as possible. All new contracts can only be made to contractors who are registered in SAM. This requirement applies to all Department of Defense contract awards, regardless of media used. The solicitation documents for this SATOC requirement will be issued in electronic format only and will be made available online on or about 14 September 2012 via the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ under solicitation W912DW-12-R-0041. You must be registered with the FBO website to download the solicitation documents. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any updates to this Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted at the referenced website. To obtain automatic notification of updates to this solicitation, you must log in to www.fbo.gov and add the solicitation to your "Watchlist." If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me to Interested Vendors" button in the listing for this solicitation on www.fbo.gov. For additional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/default.cfm or go to the FBO postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Put "W912DW" in the "Keywords/SOL #:" box for Seattle District listings only. Point of Contact(s): Russell C. Bergt, 253-967-4237
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-12-R-0041/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN02861760-W 20120901/120830235800-014f575bc5fafa945b2c8cdbbc836eff (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 |