Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2003 FBO #0577
SOLICITATION NOTICE

Z -- Small Construction Projects Indefinite Delivery Type Contract (SCPIDT) for the Rocky Mountain Area office geographic area of coverage in the State of Colorado.

Notice Date
6/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District - Military, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACA45-03-R-0043
 
Response Due
8/15/2003
 
Archive Date
10/14/2003
 
Point of Contact
Kevin McElroy, (402)221-4108
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District - Military
(kevin.p.mcelroy@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA PROJECT INFORMATION: Solicitation No. DACA45-03-R-0043. On or about 14 July 2003, this office will issue Request for Proposal for the Colorado Rocky Mountain Area office SMALL CONSTRUCTION PROJECTS INDEFINITE DELIVERY TYPE, OMAHA DISTRICT. Proposals will be received on or about 15 August 2003. This solicitation is unrestricted and open to both large and small business participation. DO NOT submit requests for plans and specifications to the site visit personnel listed above. The work will include the follo wing: This Solicitation will facilitate award of a maximum of three Small Construction Project Indefinite Delivery Type SCPIDT contracts for miscellaneous military and civil projects in the following geographical area: Colorado Rocky Mountain Area. This So licitation is to determine the technical qualifications of prospective firms. No award will be made solely from this solicitation, as it does not contain a requirement to submit pricing. When actual requirements are received those firms determined to be technically acceptable will be afforded an opportunity to submit pricing for contract awards. The primary NAICS code is 235 series. Each contract will have a base period of 2 years and 3 option periods of 1 year each. Each contract will require the cont ractor to furnish all plant, labor, materials, and equipment to perform a wide variety of construction features to include but not be limited to; highway work, heavy construction work, building construction, minor hazardous toxic waste remediation work, me chanical work, and electrical work. The scope of work and authority to perform the work will be accomplished using task orders executed by the Contracting Officer. The estimated construction cost throughout the life of the contract is $7,000,000 for each contract awarded. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.21 9-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2003: a. Small Business: 57.2% of planned subcontracting dollars. b. Small Disadvantaged Busi ness: 8.9% of planned subcontracting dollars*. c. Women Owned Small Business: 8.1% of planned subcontracting dollars*. d Service-Disabled Veterans:3.0% of planned subcontracting dollars*. e. Hub-Zones: 3.0% of planned subcontracting dollars*. *- Small busi ness concerns owned and controlled by. The Contractor will be required to commence work on each Task Order within 10 calendar days after notice to proceed and complete the work within the time period stipulated on each Task Order. Provisions will be inclu ded for liquidated damages in the Task Order in case of failure to complete the work in the time allowed. Performance and payment bonds will be required on the individual task order. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. The plans and specifications 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 per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may order, view and/or download this project from the Internet at the following Internet addresses: http://ebs-nwo.wes.army.mil/ or ebs.now.usace.army.mil. CD-ROM shall be made through the Intern et address above. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If any of the information changes during the If you do not have Internet access,then you partici pate in this solicitation. Amendments will be available through the Internet address indicated above. You must make changes through the Omaha District web address. Failure to provide the above information and any changes may cause a delay in receiving plans, specifications CD-ROM and amendments. Questions regarding the ordering of the same should be made to: 402-221-4108. Telephone calls regarding Small B usiness matters should be made to: 402-221-4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: 402-221-4243 or Specification Section at: 402-221-4413.Commander,U.S. Army Engineer District, Omaha, ATTE NTION:CENWO-CT-M,106 South 15th Street, Omaha, NE 68102-1618
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District - Military 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00359092-W 20030629/030627213717 (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.