SOLICITATION NOTICE
Y -- IDIQ Multiple Award Task Order Contracts (MATOC) for INS Central and Eastern Boundary Area and SWD Geographical Area
- Notice Date
- 7/17/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Fort Worth - Civil Works, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- DACW63-02-R-0009
- Response Due
- 9/12/2002
- Point of Contact
- LaVette Buford, 817-886-1082
- E-Mail Address
-
Email your questions to US Army Engineer District, Fort Worth - Civil Works
(lavette.buford@swf02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA Five (5) Nation-Wide (excluding the states of Arizona, California, Nevada, Oregon, Washington, Alaska, Hawaii, and Guam) Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) ? for Design, Design-Build , Construction, Services, and Anti-Terrorism/Force Protection requirements. Task Orders may be issued on the basis of the Firm Fixed Price Contract Line Item schedule amount included in the awarded contract. It is anticipated that award will include up t o two (2) Set-aside 8(a) Competitive contracts each for an estimated contract value of $2.5 Million per year over five years for an estimated capacity of $12.5 Million per contract (or a combined total 8(a) Competitive contract capacity of $25 Million); an d up to three (3) Unrestricted contracts each for an estimated contract value of NTE $13 Million per year over five years for an estimated NTE total capacity of $65 Million per contract (combined total Unrestricted contract capacity of $195 Million). To p reclude the need to re-solicit, if two contracts cannot be awarded to competitive 8(a) contractors, the total contract capacity that was anticipated to be awarded to competitive 8(a) firms will be redistributed to the successful Unrestricted contractors. The total estimated contract capacity (including both Competitive 8(a) and Unrestricted contracts) is $220 Million. Work will consist of Military and/or Civil projects to be performed anywhere within the Immigration and Naturalization Services (INS) Centr al and Eastern boundary area, and anywhere within the geographical boundaries of the US Army Corps of Engineers, Southwestern Division. Work consists of a wide variety of major and minor construction, design, design-build, renovation, alteration, repair, asbestos abatement, preventative maintenance, time and materials, services, and anti-terrorism/force protection requirements. The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to four (4) Option Pe riods of twelve (12) months each, for a total not to exceed contract period of sixty (60) months. The Guarantee Minimum amount for the 8(a) competitive contracts during the Base Period of performance and any Option Period exercised by the Government is $5 0,000 and $25,000 respectively. The Guaranteed Minimum amount for the Unrestricted contracts during the Base Period of performance and any Option Period exercised by the Government is $260,000 and $130,000 respectively. Funds above the minimum guarantee will be obligated with the issuance of task orders. The minimum order limitation for both the Unrestricted and Competitive 8(a) contracts will be $2,500. The maximum order limitation for the Unrestricted and Competitive 8(a) contracts will be $30,000,000 and $10,000,000 respectively. The Government reserves the right to exceed the stated maximum order limitation. The North American Industrial Classification System (NAISC) code applicable to this project is 233320, which corresponds to SIC 1542. The Sma ll Business Size Standard is $27.5 Million. The solicitation is anticipated to be issued on August 1, 2002. Proposals will be due on September 12, 2002. This is a negotiated acquisition. All contracts will be awarded based upon the ?Best Value? to the Government. Procurement consideration will be given to technical capability (including experience, past performance, and capability of proposed subcontractors), technical approach, organizational management, price and other salient factors included in the solicitation. Proposals from Large Businesses must comply with FAR Clause 52.219-9, regarding the requirement for a Subcontracting Plan. The Fort Worth District goals (expressed as a percentage of the contractor?s total planned subcontract amount) are a s follows: Small Business 61.4%; Small Disadvantaged Business 9.1%; Women-Owned Small Business 5.0%; American Veteran-Owned Small Business (including Service-D isabled Veteran-Owned Small Business) 3.0%; Historically Black Colleges and Universities/Minority Institutions 2.0%, and HUBZone Small Business 2.0%. The solicitation plans and specifications will be placed on Compact Disk (CD-ROM) and will be provided at no charge. Plans and specification will not be provided in a hard paper copy format unless the Government determines that it is necessary. However, the Government reserves the right to use only the Internet as notification of any changes to the solicita tion. It is therefore the Contractor?s responsibility to check the following address daily for any posted changes to the solicitation. Contractors may view and/or download the solicitation and all amendments from the Internet address after solicitation i ssuance at the following address: http://ebs.swf.usace.army.mil. All offerors are encouraged to visit the Army?s Single Face to Industry Website at http://acquisition.army.mil to view other business opportunities. Offerors should register themselves on the Internet to receive a copy of this solicitation CD-ROM. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. NO EX PRESS MAIL PROCEDURES WILL BE UTILIZED ON INITIAL MAILING OF THE SOLICITATION CD-ROM.
- Place of Performance
- Address: US Army Engineer District, Fort Worth - Civil Works PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN00118821-W 20020719/020717213815 (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 |