Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2005 FBO #1250
SOURCES SOUGHT

Y -- INDEFINITE DELIVERY FOR DESIGN/CONSTRUCT TO REPAIR UTILIDORS AND RELATED SYSTEMS, EIELSON AFB, ALASKA

Notice Date
4/27/2005
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-05-R-0024
 
Response Due
5/12/2005
 
Archive Date
7/11/2005
 
Small Business Set-Aside
N/A
 
Description
Project Title: Design/Construct to Repair Utilidors and Related Systems, Eielson AFB, Alaska. This announcement constitutes a Sources Sought Synopsis. This is not a request for Proposal and does not obligate the Government to any contract award. The purpose of this sources sought synopsis is to determine interest and capability of potential qualified Certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Service Disabled Veteran-Owned Small Business, and large business firms. To ma ke appropriate acquisition for the above project, the Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to ultimately award two to four Indefinite Delivery/Indefinite Quantity (IDIQ) thre e-year contracts. Each resulting IDIQ contract will have a minimum guarantee of $10,000. The cumulative value of all Task Orders issued under contract awards anticipated under this announcement shall not exceed $45,000,000. The combined total order of m agnitude for task orders under these IDIQ contracts is estimated to be between $5,000,000 and $15,000,000 annually, with a typical task order being in the $1,000,000 to $7,000,000 range. Interested sources must be capable of maintaining schedules and acco mplishing required work on two simultaneous task orders, provided the total of simultaneous task orders does not exceed $12,000,000.00. To be considered a qualified Certified 8(a) Business, Small Disadvantaged Business, HUBZone Small Business, or Service Disabled Veteran-Owned Small Business, firms must meet the criteria of the Federal Acquisition Regulation (FAR) and the Small Business Administration (SBA) for North American Industry Classification System (NAICS) code 237110. The Small Business size stan dard is $28,500,000. (1) PROJECT INFORMATION: Task Orders will be competed between contract awardees and will typically consist the design/construction for the repair of 400 to 4000 linear feet of utilidor system on Eielson AFB, Alaska. Repairs include c omplete replacement of sewer, water, steam, and steam condensate lines within existing utilidor structures or direct buried. Task orders may also include utilidor/manhole demolition, enlargement of specified existing manholes, asbestos abatement, and repa ir of cracks/leaks to utilidor structures. A large business firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The fiscal year 2005 subcontracting goals for any res ulting award to a large business are a minimum of 50.9% of the firms intended subcontract amount be placed with small businesses, 8.8% of that to small disadvantaged businesses, 7.2% to women-owned small businesses, 0.5% to service disabled veteran-owned small businesses, and 2.9% to HUBZone small businesses. Interested firms that meet the requirements for this project are invited to respond to this sources sought synopsis via facsimile, e-mail, courier, or mail to the attention of Leon Clay; facsimile 90 7/753-2544; e-mail Evan.L.Clay@poa02.usace.army.mil; physical address: Building 2204 3rd Street, Elmendorf AFB, Alaska; or mailing address: PO Box 6898, Elmendorf AFB, AK 99506-6898. Responses must be received no later than 2:00 p.m. Alaska Daylight Savin gs Time, on May 12, 2005. The following information is requested: (a) Name of firm with address, phone number, facsimile number, e-mail address, and point of contact. (b) State whether the firm is an 8(a), Small Disadvantaged Business, HUBZone Small B usiness, Service Disabled Veteran-Owned Small Business, and large business firm. (c) State whether the firm can furnish bid bonds (20% of total task order bid amount) and Performance and Payment bonds (100% of the awarded task order amount). (d) Respon ses should indicate specialized experience and technical competence in sub-arctic construction and utilidor construction. (e) Documentation describing past s imilar efforts, including whether the firm was prime contractor or subcontractor. (f) Verification that the firm can provide, from a federally qualified surety, a written letter attesting to the firms ability to provide performance and payment bonds for $12,000,000.00 for a single task order and $20,000,000.00 aggregate. REMINDER: Firms must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from any Government solicitation Call 1-888-227-2423 for CCR information or visit the CCR website at http://www.ccr2000.com. Firms must also be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more inf ormation, visit the ORCA website at http://orca.bpn.gov. Point of Contact Evan L. (Leon) Clay, 907-753-2879 E-mail questions to US Army Engineer District, Alaska, at Evan.L.Clay@poa02.usace.amry.mil Place of Performance Address: US Army Engineer District, Alaska, PO Box 6898, Elmendorf AFB, AK ZIP Code: 99506-6898 Country: USA
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN00796794-W 20050429/050427212147 (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.