Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2007 FBO #2210
SOLICITATION NOTICE

56 -- Department of Homeland Security/Customs and Border Protection Repair and Alterations within the Miami, Florida Region

Notice Date
12/13/2007
 
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-08-R-0137
 
Response Due
12/28/2007
 
Archive Date
2/26/2008
 
Point of Contact
faybein moy, 8178861059
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(faybein.moy@swf02.usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
Calls regarding this solicitation should be directed to 817-886-1059. ALL QUESTIONS REGARDING THIS SOLICITATION SHOULD BE SUBMITTED IN WRITING TO THE FOLLOWING E-MAIL ADDRESS: Faybein.moy@usace.army.mil. THIS ACQUISITION IS SET-ASIDE FOR SBA 8(a) FIR MS ONLY. A set-aside solicitation will be issued with competition limited to eligible certified 8(a) small business firms serviced by or having approved bona fide offices in SBA Region Miami. There will be one (1) Repair & Alteration (R&A) Single Award Ta sk Order Contract (SATOC) solicitation to support the repair, alteration and maintenance needs for the Department of Homeland Security/Customs and Border Protection (DHS/CBP) primarily within the Miami, FL Sector. Typical projects may include, but are not limited to, minor construction, alteration and maintenance/repair of Border Patrol Stations and associated facilities. Typical work will include, but is not limited to, plumbing, electrical, mechanical and HVAC additions, alterations and repair; installat ion and modifications of interior and exterior security systems; repair and alterations to gates and fencing; additions and alterations to aboveground fueling systems; installation of canopies and sally ports; parking lot and roadway paving improvements; a nd other related work. Some incidental engineering services related to these activities may be required. It is the intent of the Ft. Worth District to issue a solicitation for award of one (1) Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC). The estimated duration for this contract award will be an initial base period term of twelve (12) months with up to four (4) option period terms of twelve (12) months each, for a maximum contract term not to exceed sixty (60) months. The 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) unl ess the contract is terminated for convenience of the Government. The SATOC contract will have a maximum value of $10 million over the 5-year period. The minimum guarantee for this contract will be $25,000.00. The minimum guarantee amount will be applic able to the base period only. Funds above the minimum guarantee will be obligated by the issuance of task orders. The minimum task order limitation will be $3,000.00. The maximum task order limitation will be $3.0 million. The Government reserves th e right to exceed the stated maximum task order limitation. The solicitation will be a negotiated acquisition; there will be no public bid opening. All contracts will be awarded based upon an evaluation of the overall Best Value to the Government. Pro curement consideration will be given to technical capability (including specialized experience, past performance, organization and management, key personnel, safety record, quality control, and schedule capability), cost or price, and other salient factors included in the solicitation. The North American Industrial Classification System (NAICS) code applicable to this project is 236220 (Commercial and Institutional Building Construction), which corresponds to SIC 1542. The Small Business Size Standard is $31 million. Plans and specifications will not be provided in a paper hard-copy format. This solicitation will be issued via Internet only. Notification of amendments shall be made via Internet only, as well. It is, therefore, the contractors responsi bility to check the below-listed Internet address daily for any posted changes to this solicitation. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. The estimated solicitation issue date to begin on or about March 15, 2008. Proposals are anticipated to be due thirty (30) days after the solicitation date. A PRE-PROPOSAL CONFERENCE will be determined at a later date. Specific details regarding the Pre-Proposal Conference will be provided in the solicitation. For security reasons, this solicitation and all technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. 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. Registratio n instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Contractors registered with the FedTeDS website may view and/or download this solicitation and all amendments from the Interne t after solicitation issuance at the following Internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-08-R-0137. You are advised that FedTeDS currently does not have a Plan Holders List capabilit y. However, FedBizOpps (www.fbo.gov) now provides a planholder function, indicated by the Register as an Interested Vendor button when viewing this solicitation synopsis. There is also a link to View List of Interested Vendors. Prospective prime contrac tors, subcontractors, and suppliers are encouraged to utilize this function in FedBizOpps. If your company is not a Registered Planholder with Fed-TeDs and you would like to place your Company Information o n a list of Interested Contractors, you may also register at the link provided in the Advertised Solicitation page for this solicitation on the Ft. Worth District Corps of Engineers website at www.swf.usace.army.mil. Registering at either the FedBizOpps site or the Ft. Worth District Corps of Engineer s site is voluntary, and registered contractors for either site will not receive copies of solicitations or e-mail notices of solicitation changes. Offerors are encouraged register as an interested contractor and to post notices of prospective subcontract ing 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 addre ss is: http://www.ccr.gov. Calls regarding this solicitation should be directed to 918-669-7333. ALL QUESTIONS REGARDING THIS SOLICITATION SHOULD BE SUBMITTED IN WRITING TO THE FOLLOWING E-MAIL ADDRESS: Faybein.moy@usace.army.mil.<BR > Point of Contact: Faybein Moy, Contract Specialist Email your questions to US Army Engineer District, Ft. Worth at faybein.moy@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
SN01469599-W 20071215/071213225106 (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.