Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2007 FBO #2174
SOURCES SOUGHT

Y -- Construction Services for Installation Support, Fort Polk, Louisiana and Military and Civil Projects within the geographic boundaries of the U.S. Army Corps of Engineers, Southwestern Division.

Notice Date
11/7/2007
 
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-CONSTRUCTION
 
Response Due
11/23/2007
 
Archive Date
1/22/2008
 
Point of Contact
Jan Slick, (817) 886-1050
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(errette.j.slick@swf02.usace.army.mil)
 
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 two separate Indefinite Delivery Indefinite Quantity(I DIQ) Multiple Award Task Order Contracts (MATOC). These IDIQ, MATOC type contracts are designed to provide for multi-tasking of construction services with material provisions and fixed labor rates for a wide variety of maintenance, repair, alteration and m inor construction type tasks for both military and civil projects within the geographic boundaries of the U.S Army Corps of Engineers, Southwestern Division, primarily the Fort Polk area. Proposed construction projects will result in issuance of Firm Fi xed Price (FFP) Task Orders under each MATOC. The intent is to issue two solicitations that will result in two separate MATOC awards with up to 3 qualified contractors under each MATOC. One solicitation will be issued on a set-aside basis to 8(a) concern s, Service Disabled Veteran Owned Small Business or HUB Zone. The type of Set-Aside categories in this solicitation set aside for small business will depend upon the responses to this sources sought synopsis. The second solicitation will be issued on an unrestricted basis. The total capacity under both resulting contracts is an estimated $100,000,000 (base year with four (1) year options) of which $70,000,000 will be applied to the unrestricted MATOC pool and $30,000,000 to the set-aside MATOC pools. The Government must ensure there is adequate competition among the potential pool of contractors. Construction to be performed under FFP, IDIQ MATOC will consist of anticipated task order construction projects for Installation Support, Fort Polk, Louisian a and Military and Civil projects within the Southwestern Division Geographical Boundaries. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard for this acquisition is $31 Million. Federal Supply Code is Z300, Maintenance, Repair-Alteration Restoration. Limitation on Subcontracting applies. The small business successful offeror(s) are required to perform at least 1 5% of the contract work with his/her own employees not including cost of materials. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Award will be based on overall Best Value to the Government. Anticipated solicitation issuance date is on or about 4 January 2008 with the proposal due date on or about 4 February 2008. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: Offerors name, addre ss, point of contact, phone number, and e-mail address. Offerors interested in bidding on the solicitation when it is issued. Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute desi gn and construction, comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project). Offerors Business Size (whether HUB Zone, Service disabled Veteran Owned Small Business, or 8(a), Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). The minimum bonding capacity is $1,000,000 per task order. Interest ed offerors shall respond to this Sources Sought Synopsis no later than 4:00 PM (CST) 23 November 2007. Mail, fax or email your responses to Mr. Jan Slick, 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: Errette.J.Slick@swf02.usace.army.mil
 
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
SN01448649-W 20071109/071107224258 (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.