SOLICITATION NOTICE
Y -- Construction of Various Training Ranges within the Southwest Region, Primarily the Range Training Complex, Fort Bliss, Texas
- Notice Date
- 2/20/2007
- Notice Type
- Solicitation Notice
- 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-07-R-0014
- Response Due
- 4/9/2007
- Archive Date
- 6/8/2007
- Small Business Set-Aside
- N/A
- Description
- This is an UNRESTRICTED SOLICITATION for Construction of Various Training Ranges within the Southwest Region, primarily the Range Training Complex, Fort Bliss, Texas. Work consists of site development, structures and utilities for facilities located within the boundaries of our military customers in the southwest region, most specifically the Range Training Complex at Ft. Bliss. The Southwestern Region refers to the geographic area encompassed by the former IMA/Southwest Regional Office. The primary location for work under this contract is Ft. Bliss Training Range Area located in New Mexico. Typical projects include a wide range of site work that involve connections to and distribution of all utility systems: electrical, storm drainage, and Informa tion System infrastructure. Also includes constructing block wall buildings, metal buildings, reinforced concrete foundations, ballistic walls, air conditioning, targetry emplacements, bunkers, fencing, paved and unpaved roads and walkways; clearing and g rubbing; erosion control measures; tank trails; Anti-Terrorism/Force Protection; demolition; and earthwork which includes cut and fill and excavation of borrow material. North American Industrial Classification System (NAICS) code applicable to this proj ect is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1542. The 8 (a) Business Size Standard is $31 Million. It is the intent of the Fort Worth District to issue one (1) solicitation for award of up to two (2) UNRES TRICTED Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs). The estimated duration for each contract award will be an initial Base Period of twelve (12) months with up to four (4) Option Periods of twelve (12) mont hs each, for a total not to exceed contract period of sixty (60) months. Each contract will remain active: 1) unless the contractor has a documented past performance record of unsatisfactory; 2) until contract expiration; 3) until task order completion; 4) until the total contract capacity limit is reached, or 5) the contract is Terminated for Convenience of the Government. It is anticipated that any remaining capacity from awarded contracts with documented unsatisfactory performance may be distributed a mong the remaining contractors with a record of satisfactory performance. Each contractor has the opportunity to receive awards up to the estimated total contract capacity of $96 Million. The minimum guarantee for each contract will be $50,000.00. The mi nimum guarantee amount will be applicable to the base period only. Funds above the minimum guarantee will be obligated with the issuance of task orders. The minimum task order limitation will be $5 Million. The maximum task order limitation for the cont racts will be $25 Million. The Government reserves the right to exceed the stated maximum task order limitation. Estimated solicitation issue date is on or about March 9, 2007, under solicitation number W9126G-07-R-0014. Proposals are anticipated to be due on or about April 9,0007. If the Government elects to conduct a Pre-Proposal Conference, details regarding the Conference will be provided in the solicitation. The solicitation will be a negotiated acquisition there will be no public bid opening. All contracts will be awarded based upon the overall Best Value to the Government. Procurement consideration will be given to technical capability (including specialized experience, past performance, organization and management, key personnel, safety reco rd, quality control, and schedule capability), price and other salient factors included in the solicitation. Plans and specifications will not be provided in a hard paper copy. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOS AL. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors re sponsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) sy stem. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedT eDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Contractors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after soli citation issuance at the following Internet address: http://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-07-R-0014 You are advised that FedTeDS currently does not have a Plan Holders List capability. Therefore, o fferors are encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. The Contract Specialist for this solicitation will be Lisa C. Billman, 817-886-1066; or by e-mail at lisa.c.billman@swf02.usace.army.mil. FOR INFORMATION ONLY: T his project is required by the Armys initiatives under the Base Realignment and Closure (BRAC), the integrated Global Presence and Basing Strategy (IGPBS) and the Army Modular Force (AMF) program. The Army must posture facilities to effectively orient com bat capabilities where they can most effectively organize, train, and deploy to support ongoing operations worldwide. A District team will scope, negotiate, and award a task order to deliver the required facilities to the Program Office assigned to mange the overall project. The District team will assist with the administration of the task order to include reviews, submittals, and modifications. The team will be responsible for keeping up with the current standards and criteria for their facility type(s).
- Place of Performance
- Address: US Army Engineer District, c/o Fort Bliss Program Office 6380 Morgan Avenue, Ste A El Paso TX
- Zip Code: 79906-4604
- Country: US
- Zip Code: 79906-4604
- Record
- SN01235256-W 20070222/070220222737 (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 |