Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2005 FBO #1147
SOLICITATION NOTICE

Y -- MODULARITY, MULTIPLE SITES, at FORT CARSON, COLORADO

Notice Date
1/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-05-R-0011
 
Response Due
3/7/2005
 
Archive Date
5/6/2005
 
Small Business Set-Aside
N/A
 
Description
PROJECT INFORMATION: Solicitation No. W9128F 05 R 0011, On or about 4 February 2005, this office will issue a Request for Proposal for a Multiple Award Task Order Contract MATOC, Indefinite-Delivery Indefinite Quantity Type IDIQ, for construction of MODULARITY, MULTIPLE SITES, at FORT CARSON, COLORADO. Proposals will be received on or about 07 March 2005. THIS SOLICITATION IS NOT RESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. SIC/NAICS is 1541/236220. Site Visit/Pre-Proposal Conf erence a site visit and Pre-Proposal conference will be held at Fort Carson, Colorado on 15 February 2005 from 08:30 a.m. until noon MST. Assembly will take place in Building 304, Room 120. The conference will begin promptly at 08:30 a.m., MST addressing project questions and discussion and last until 10:30 a.m. The site visit is scheduled from 10:30 a.m. until noon MST. For information on access and scheduling your Pre-Proposal visit, you must contact the following: Fort Carson Resident Engineer, U.S. Arm y Corps of Engineers, 803 Tevis Street, Bldg. 304 Fort Carson, CO 80913, Telephone: 719-526 5448. FAX 719-526 5365. DO NOT submit requests for plans and specifications to the site visit personnel listed above. Scope of work, Approx quantities: This project consists of performing work at various sites, which are considered part of the overall modularity program currently being implemented throughout Fort Carson. Facilities and Infrastructure Required: Facility functions needed include unit operational type and maintenance type. The currently identified essential facilities to be located about Fort Carson on approximately 19 separate sites throughout the MATOC period are: One Brigade Headquarters, Six Battalion Headquarters, Twenty Company Operations Facilities, Six Unit Classrooms, Twenty-one Unit and General Supply Storage facilities, Thirty Arms Rooms, Three Motor Poo ls with corresponding Maintenance Administration Facilities, Eight Maintenance Sprung Structures. Note: The above structures are categorized by Army Regulations as temporary and having an expected life of approximately 3-10 years. Structures configured to meet specific characteristics as temporary buildings are considered those constructed as modular and being relocatable. Within the solicitation and subsequent Task Orders the Government may ask for an option to supply pre-engineered structures in lieu of t he relocatable type. Pre-Engineered structures are those considered semi-permanent to permanent buildings with a life of approximately 10-25 years. All structures will require footings, lighting, power, HVAC, communications, systems furniture, interior fi nishes and furnishings. The Contractor will be required to prepare each site with site utilities to include: electrical, gas, water, sewer and communications. Other site work includes storm drainage, concrete paving, and gravel parking lots. Multiple Contract IDIQ Process & Evaluation: Firms participating in the RFP will submit technical requirements in accordance with Section 00110: PROPOSAL SUBMISSION AND EVALUATION. Submissions will be evaluated based on the best value approach considering technical elements for evaluation e.g., Experience, Past Performance, Project Management, Utilization of Small Business and Price. An adjectival method of evaluation will be used to evaluate the technical factors. Price will be comparatively evaluated fo r reasonableness. This solicitation is to establish a Multiple Award Task Order Contract for up to three (3) Indefinite Delivery, Indefinite Quantity type construction contracts for military modularization at Fort Carson, Colorado. All contract holders will participate in f ollow-on firm-fixed price Task Orders, which will be competitively bid. The intent of this contract is to provide the means to accomplish modularity projects in an expeditious and cost efficient manner by issued task orders among the selected firms. Task O rders will not have a maximum or minimum value established. Task Order amounts are estimated to range from $3,000,000 to $20,000,000 during the contract duration. However, the Government may issue multiple Task Orders during the contract period or issue Task Orders outside of the est imated range based on appropriations being made available. The resulting MATOC indefinite delivery contracts shall not exceed $120,000,000. Performance time will be negotiated for the individual task order and the government contemplates no performance per iod will exceed 30 September 2005. 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 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2004: Small Business: 50.9% of planned subcontracting dollars. Small Disadvan taged Business: 8.8%, Women Owned Small Business: 7.2%. Service-Disabled Veterans: 0.5%. Hubzones: 2.9%. The selected Offerors will be required to commence work 10 days after notice to proceed is given and complete the work within the Offerors proposed s chedule for the initial 3 projects offered in this solicitation. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. The Offeror should have a bondi ng capacity of $40,000,000. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. An expedited contract award and notice to proceed on the first 3 projects will be utilized on this contract. Upon w ritten notification of acceptance and award of this contract, the offeror(s) will provide, within two working days, two sets of Performance and Payment bonds on Government standard forms with good and sufficient surety. Notice to Proceed will be issued as soon as practical thereafter. The RFP documents will be 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 provide d in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.army.mil/. 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, you must make the changes through the Omaha District web address. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM CD-ROM and amendments. Questions regarding contractual questions should be directed in writing to: Cindy Siford at cindy.m.siford@usace.army.mil or 402-221 4824. Telephone calls regarding Small Business matters should be made to: 402 221 4110. Telephone calls o n contents of the RFP should be made to the Project Manager at: 402- 221-3828 or Specification Section at: 402-221 4413. Commander, U.S. Army Engineer District, ATTN: CENWO-CT-M, 106 S. 15th St., Omaha, NE 68102-1618.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00735362-W 20050116/050114212149 (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.