Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2002 FBO #0224
SOLICITATION NOTICE

Z -- Indefinite Delivery/Indefinite Quantity, Job Order Contracting for Anniston Army Depot, Anniston, Alabama.

Notice Date
7/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Cente, ATTN: AMSTA-CM-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
DAAE07-02-R-L514
 
Response Due
9/9/2002
 
Small Business Set-Aside
8a Competitive
 
Description
NA The U. S. Army Tank-automotive and Armaments Command (TACOM-WRN) is soliciting offers under Request for Proposal, DAAE07-02-R-L514 for a General Construction Contractor. This Request for Proposal is a competitive solicitation restricted to 8(a) certified c ontractors. This Request for Proposal will result in an Indefinite-Delivery-Indefinite-Quantity, Firm-Fixed Priced, Job Order Contract (JOC) for small and medium sized construction projects at Anniston Army Depot, Anniston, Alabama. Solicitation to be is sued on or about 26 JUL 02. Proposals due on or about 09 SEP 02. A Pre-proposal conference will take place on or about 07 AUG 02 at Anniston Army Depot. Due to security conditions, all Offerors must PRE-REGISTER to attend this conference. For the pur pose of obtaining entry on to the military installation for the pre-proposal conference, please provide the following information via e-mail to dolataf@tacom.army.mil or gregorym@tacom.army.mil (1) Firm Name and Telephone Number, (2) Visitor?s Name and SSN , (3) Citizenship. The furnishing of the above information, including your Social Security Number, is voluntary. However, your failure to furnish all or part of the information requested may result in the Government?s denial of your access to the pre-pro posal conference. Any of the above information furnished by you and protected under the Privacy Act shall not be released unless permitted by law and/or your having consented to such release. Upon receipt of the information, our office will submit a lett er to the Base Security Forces authorizing your entrance to Anniston Army Depot. To obtain your one-day vehicle pass, you will be required to present the following information: (1) Vehicle Registration, (2) Valid Drivers License, (3) Current Insurance Ca rd, (4) Safety Inspection and Car Rental Agreement, if applicable. Attendees at the pre-proposal conference are cautioned that the Government will not wait for anyone who is late or lost and will not hold another pre-proposal conference. Contract is for a base period and four option periods. Option Periods will be exercised at the Government?s discretion. Guaranteed minimum per performance period: $250,000. Estimated maximum per performance period: $10.M. Delivery order size: $2,000 - $500,000. Contract documents include CSI-type specifications and a site-specific unit price book (UPB), comprised of approximately 30,000 different pre-priced items representing various construction tasks. The CSI-type specifications and site-specific unit price bo ok are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Any prospective bidder interested in bidding on this solicitation must register to rece ive a copy of the CD-ROM. To register for a copy of the Compact Disks please provide the information via e-mail to dolataf@tacom.army.mil or gregorym@tacom.army.mil (1) Firm Name and Telephone Number . Firm fixed-price delivery orders are awarded agains t this contract by negotiating quantities of these tasks and applying a coefficient factor. Prices for items in the UPB contain labor, materials, equipment, tools, and incidental supplies required for each task. The coefficient factor represents the cont ractors overhead, profit, and any other contingencies for each task. Specific individual task orders will be issued by Anniston Army Depot in accordance with, unit prices, work schedule, and specifications. Task Orders will include a variety of trades, including (but not limited to) environmentalist, environmental abatement (asbestos and lead-based paint), technicians, carpentry, plumbing, road repair, roofing, excavation, demolition, concrete, topographic surveyors, roofers, masonry, welding, and engine ering (general civil, mechanical, electrical, structural), fire protection, and/or safety. The Government intends to issue this Request for Proposal through th e use of the Internet and CD-ROM. Only electronic submissions will be accepted. All Offerors are required to check the U.S. Army TACOM Contracting Division web site daily to be notified of any changes to this solicitation. The associated North America In dustrial Code System (NAICS) code is 233320. Small Business size standard is $28,500,000. Contract award will be to the offer that represents the overall ?Best Value? to the Government, which may or may not be the lowest-priced offer. The Government int ends to award without conducting discussions, therefore, the Offeror?s initial proposal shall contain its best terms from a cost or price and technical standpoint. The Government also reserves the right to conduct discussions if deemed necessary to obtain the best value. All questions are to be submitted in writing to dolataf@tacom.army.mil or gregorym@tacom.army.mil, or via facsimile transmission to (586) 574-7155. Questions submitted less than 5 days prior to the closing date may not be addressed befor e solicitation closing date, therefore, offerors are advised to submit questions as soon as possible. Please indicate your company name, point of contact and e-mail address on ALL questions. Responses to questions are not considered changes to the RFP as the only way the RFP can be modified is through an amendment that will be issued. Small Business Administration will determine eligibility of the offerors. This acquisition is rated D04. Contractors must be registered in Central Contractor Registration (CCR) before an award can be made, see website: www.ccr.gov to register. Requests for information concerning this solicitation can be made to Contract Specialists; Fran Dolata at (586) 574-6045, EMAIL: dolataf@tacom.army.mil or Michelle Gregory-Affeld at (586) 574-7310, EMAIL: gregorym@tacom.army.mil.
 
Place of Performance
Address: US Tank-Automotive and Armaments Command, Corporate Management/Acquisition Center ATTN: AMSTA-AQ-ABRB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
Country: US
 
Record
SN00115471-W 20020714/020712213501 (fbodaily.com)
 
Source
FedBizOpps.gov 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.