SOLICITATION NOTICE
C -- Screened Shelters for Hanks Creek Park, Sam Rayburn Project, Jasper, Texas
- Notice Date
- 7/23/2007
- 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-0092
- Response Due
- 9/7/2007
- Archive Date
- 11/6/2007
- Small Business Set-Aside
- N/A
- Description
- Construction of Screened Shelters for Hanks Creek Park, Solicitation Number, W9126G-07-R-0092 will be issued in fifteen (15) days from the date of this synopsis being published. Commercial and Institutional Buildings Construction is being solicited f or the Sam Rayburn-Town Bluff Project Office, Jasper, Texas, for the following Park (Hanks Creek Park,). The Contract Specialist for this solicitation will be Earnestine D. Cooper, 817-886-1044; or by e-mail at earnestine.cooper@swf02.usace.army.mil. Thi s will be a Firm Fixed Price Type Contract. The U.S. Army Corps of Engineers Fort Worth District, is soliciting for and to award a contract for some eight (8) specified construction of Screened Shelters for Hank Creek Park with concrete foundation, and open porch area, 2 x 6 wall construction, beam rafter system and metal roof at the location listed. Approximate size of the screened shelter will be (13) thirteen feet wide by (21) twenty-one feet long by (11 10) eleven feet ten inches tall to the p eak of the roof with a (2) two foot roof overhang around the entire perimeter. Apply subterranean termite soil pretreatment to the entire footprint of the foundation in a two phase application. The total bid price shall include a fixed price for the c onstruction of (8) eight screened shelters with concrete foundation, open porch area, 2 x 6 wall construction, beam rafter system and metal roof at the location listed at the Hanks Creek Park, Sam Rayburn Project, Zavalla, Texas as specified in accordance with plans and specifications that follow. The contractor shall commence and complete the job as rapidly as practical. The Contractor shall use care in the performance of all work under this contract. The proposed contract is a Firm Fixed contract, issu ed for a period of performance 150 calendar days. 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 contractor is responsible for furnishing Commer cial and Institutional Building Construction of Screen Shelters for Hank Creek Park, including equipment, personnel, supplies, fuel, maintenance, supervision, and materials when specified, to perform the job in accordance with contract terms, specification , descriptions, and drawings, as ordered by Commercial and Institutional Building of Screen Shelters for Hank Creek Construction Contract. Commercial and Institutional Building Construction Contract; North American Industry Classification System (NAICS ) Code is 236220. Small Business Size Standard is $31 Million. Estimated Construction Cost Range is $250,000.00 and $400,000.00. UNRESTRICTED Solicitation W9126G-07-R-0092 will be issued on or about 06 August 2007, with proposals due on or about 07 Septe mber 2007 (unless otherwise stated in the solicitation). This contract will be based on best value to the Government, which may or may not result in accepting the lowest priced offer. There will be no public bid opening. It is anticipated that when combin ed, the evaluation factors will be approximately equal to cost or price. HUBZone price evaluation preference will be applied to all qualified HUBZone small business concerns, provided that the HUBZone concern has not waived their evaluation preference and their price proposal is not more than 10% above the lowest large business concerns price. Plans and specifications will not be provided in a hard paper copy. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is therefore the contractors responsibility 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 distrib uted using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related informa tion for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Contr actors registered with the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://www.fedteds.gov/fedteds/start.nsf/f rm.vendorlogin?openform&SolicitationNumber=W9126G-07-R-0092. Proposals from Large business firms must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Subcontracting Plan. The Fort Worth District FY06 Subcontracting Targets (e xpressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 51.2%; Small Disadvantaged Business 8.8%; Women-Owned Small Business 7.3%; HUBZone Small Business 3.1%, and Service-Disabled Veteran-Owned Small B usiness 1.5%. 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://ccr.dlsc.dla.mil/ccr/.
- 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
- Zip Code: 76102-0300
- Record
- SN01349698-W 20070725/070723224256 (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 |