Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2019 FBO #6439
SOLICITATION NOTICE

Y -- Job Order Contract (JOC) at Watervliet Arsenal, Watervliet, New York

Notice Date
7/9/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Attn: CENAN-CT 26 Federal Plaza New York NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS19R0008
 
Response Due
8/23/2019
 
Point of Contact
Matthew Lubiak, Phone 9177908089
 
E-Mail Address
matthew.lubiak@usace.army.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The U.S. Army Corps of Engineers, New York District, intends to issue a solicitation for an Indefinite Delivery Indefinite Quantity Job Order Contract (JOC) at Watervliet Arsenal, Watervliet, New York. The resulting contract will be for a base year and four (4) option years. This requirement is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The total capacity will be $1,900,000 per year ($9,500,000 total capacity for the base plus the four option years). The minimum guarantee is $20,000. Individual job orders will be firm fixed price and will range from a minimum of $2,000 to a maximum of $500,000. The NAICS Code is 236220. The size standard is $36.5 Million. The general scope of work of this contract is to provide all work, materials, supplies, parts (to include system components), transportation, plant, supervision, labor, and equipment, except when specified as Government-furnished, needed to repair, or construct real property facilities at Watervliet Arsenal, N.Y. The contractor shall provide quality assurance as specified in strict accordance with all terms, conditions, special contract requirements, specifications, drawings, attachments, and exhibits to be outlined in the contract requirements and task orders awarded under the contract. The contractor's work and responsibility shall also include all planning, programming, administration, and management necessary to provide repair, construction, and related services as ordered. The contractor shall be responsible for site preparation and cleanup for each task order issued under the contract. Further, the contractor shall provide related service such as preparing and submitting required reports, maintaining record drawings current, performing administrative work. This solicitation will be a best value trade-offs process Request for Proposals (RFP) subject to FAR Part 15.101-1 procedures. Offerors shall specifically address each of the evaluation factors set forth in the solicitation. The solicitation will be available on or about 22 July 2019. The proposal due date will be on or about 22 August 2019. The media selected for issuance of the solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with FAR 52.204-7 and DFARS 252.204-7007, all vendors must be registered with the System for Award Management (SAM) to be eligible for award of a contract. Information on registration can be found at www.sam.gov. Interested parties may download the solicitation at no charge from the FedBizOpps website www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Matthew Lubiak, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16-300, New York, 10278-0090 Phone: 917-790-8089 Fax: 212-264-3013 Email: matthew.lubiak@usace.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS19R0008/listing.html)
 
Place of Performance
Address: Watervliet Arsenal Watervliet, NY
Zip Code: 12189
Country: US
 
Record
SN05363506-F 20190711/190709230022 (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.