Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2005 FBO #1257
SOLICITATION NOTICE

Z -- One Requirement Paving Delivery Order Contract for South Central Pennsylvania and Central Maryland with primary work at Letterkenny Army Depot (LEAD), Chambersburg, PA

Notice Date
5/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-05-R-0044
 
Response Due
6/17/2005
 
Archive Date
8/16/2005
 
Small Business Set-Aside
N/A
 
Description
This proposed procurement is Unrestricted, NAICS 237310, business size standard $28,500,000.00. Solicit and Award One Requirements Paving Delivery Order Contract for South Central Pennsylvania and Central Maryland with primary work at Letterkenny A rmy Depot (LEAD) Chambersburg, PA. This procurement is being advertised as a Request for Proposal (RFP). This request for proposal requires separate technical and cost proposals to be evaluated based on Best Value for award of the project. The Governmen t intent is to award Firm-Fixed price requirements contract with a twelve (12) month base year period and the option to extend for two additional years. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. This contract is required to support facility and depot upgrades to meet mission requirements due to Middle Eastern efforts and to repair and replace badly neglected pavements, parking areas, curbs/gutters, and sidewalks. A listing of prospectiv e projects to include replace joint filler, Bldg 350 Apron, repair concrete access roads, Bldgs. 350 & 370, repair cracks/seal asphalt surfaces, industrial area roads, resurface west side parking lots, Overcash Ave., resurface roads, Wisconsin & Main Gates and fire house paving . The requirement contract if awarded will have a maximum capacity of $1,500,000.00 per year, not to exceed $5,000,000.00. Large Businesses must submit a Subcontracting Plan in accordance with Section 00100 of the Solicitation pack age. The Small Business Goals are 65% of the total value of subcontracted work. Of that 65%, 20% shall be with Small Disadvantage Businesses (SDB), 10% shall be with Women Owned Businesses (WOSB), 3% shall be with Historically Underutilized Businesses (H UBZone), 3% shall be with Veteran Owned Small Businesses (VOSB) and 3% shall be Serviced Disabled Veteran Owned Small Businesses (SDVOSB). All responsible sources may submit a bid which shall be considered by the agency. Contractors requests for this so licitation will performed through ASFI. Contractors may register to be placed on the Bidders/Offerors mailing list by going to the website https//ebs.nab.usace.army.mil. The solicitation will be provided in an electronic format, free of charge, to all re gistered plan holders. The media through which the Government chooses to issue this solicitation is the Internet Only. This solicitation will not be issued in paper. In order to reduce the possibility of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the name of the particular project. All deliveries, packages, etc. of more than one box or container must be bound together by tape or other means. In order to comply with the Debt Collection Improvemen t Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding future registration, contract CCR Website at http://www.ccr.gov. Other information regarding registration can be obtained through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. A paper form for registration may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that al l small disadvantage businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantage Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractor/subcontractors. Issuance on or about 18 May 2005, bid opening on or about 17 June 2005. Questions concerning this project can be emailed to Sharon L. Roland at Sharon.roland@nab02.usace.army.mil
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00800927-W 20050506/050504212243 (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.