Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2006 FBO #1515
SOURCES SOUGHT

Y -- Heavy Construction IDIQ Contract, Little River Project Office (Belton, Stillhouse Hollow, Georgetown, Granger, and Canyon Lakes)

Notice Date
1/17/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-LRPO
 
Response Due
8/1/2006
 
Archive Date
9/30/2006
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers  Fort Worth District, has been tasked to solicit for and award a contract for some sixty specified construction services, with materials when specified, on an as-needed basis, ranging from maintenance and repair activities to new construction, at five separate lakes, with roads, facilities, and grounds, within a geographic area of approximately 150 miles in the cent ral Texas area. The lakes included within the proposed contract are Belton, Stillhouse Hollow, Georgetown, Granger, and Canyon. The proposed contract is an Indefinite Delivery/Indefinite Quantity contract, issued for a one-year Base Period and four, one-y ear Options. Option Year unit prices will be based on the Economic Price Adjustment Factor, (Construction Cost Index), as published by ENR Magazine, and applied to the Base Period unit prices. Performance and Payment Bond requirements shall be in accordance with FAR 52.228-15, as stated in the current issue of Federal Acquisition Regulation. The contract has been awarded for both three (3) and five (5) year periods on several occasions in the form as stated above, however, the type of solicitation to issue will depend upon the number and content of responses. The Government must ensure there is adequate competition among the potential pool of contractors, which is the purpose of this sources sought synopsis. The intent is to issue a solicitation on an Unresticted basis, unless a determination may be made that there is a reasonable expectation of receiving offers from at least two responsible HUBZONE, 8(a), or Service-Disabled Veteran-Owned Small Business (SVOS B) concerns and award may be made at fair market price. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Construction services to be performed under this proposed contract will consist of, but not be limited to, such work tasks as equipment rental, with operators; concrete placement; road building/maintenance; furnish, deliver, and spread materials; utility i nstallations; fencing; paint application; vehicle barrier placement; campsite development; etc. Interested contractors should anticipate some periods of contract inactivity, as well as issuance of multiple Task Orders for simultaneous performance at single or multiple lake locations throughout the life of the contract. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220, Commercial and Institutional Building Construction. Small Business Size Standard for th is acquisition is $31 Million. Federal Supply Code is Y111, Construction/Miscellaneous Buildings. The estimated construction magnitude of construction cost is between $500,000 and $1,000,000. Under Federal Acquisition Regulation (FAR) guidelines, the pr ime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. All construction performance must be in compliance with U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, and must comply with all federal, state, and local laws, ordinances, codes, and regulations. Award will be based on overall Best Value to the Governmen t. Anticipated solicitation issuance date is on or about 01 June 2006, and the estimated proposal due date is on or about 01 August 2006. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued, is anticipated to be available on or about 15 May 2006.Offerors response to this Synopsis shall be limited to 5 pages and shall include the following informat ion please: 1.Offerors name, address, point of contact, phone number, and e-mail address. 2.Contract interest: a. Offerors lack of interest in this type contract, if applicable, with comments explaining the disinterest, or suggestions which would cause the solicitation to be appealing. b. Offerors positive interest in this type contract, with suggestions for possible improvements, if necessary. 3.Offerors capability to perform a contract of this geographic span and logistic complexity (include offerors in-house capability to execute design and construction, comparable work performed within the past 5 years  brief description of the project, cust omer name, timeliness of performance, customer satisfaction, and dollar value of the project). 4.Offerors business size, as to employees and equipment. 5.Offerors bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Offerors shall respond to this Sources Sought Synopsis no later than 4:00 PM (CST) 03 February 2006. Mail, fax or email your response to Earnestine Cooper, Contract Specialist, USAED-Ft. Worth District, ATTN: CESWF-CT-C, P.O. Box 17300, 819 Taylor Street, Room 2A19, Fort Worth, Texas 76102-0300, FAX No. (817) 886-6407, Email address: earnestine.cooper@swf02.usace.army.mil Following assessment of the responses, a Pre-Solicitation meeting will be held for information exchange beginning at 0900, 15 February 2006, at the Little River Project Office, 3110 FM #2271, Belton, Texas.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00967629-W 20060119/060117220821 (fbodaily.com)
 
Source
FedBizOpps 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.