Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2009 FBO #2775
MODIFICATION

Y -- International and Interagency Support Indefinite Delivery Type (IISIDT) Various Locations, Alaska

Notice Date
6/30/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-09-R-0043
 
Point of Contact
Sheri A. Della Silva, Phone: 9077532546, Roger D Williams, Phone: 907-753-5571
 
E-Mail Address
sheri.a.dellasilva@usace.army.mil, r.david.williams@usace.army.mil
(sheri.a.dellasilva@usace.army.mil, r.david.williams@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS MODIFICATION IS THE PRESOLICITATION NOTICE. CONTRACT INFORMATION: This Indefinite Delivery contract(s) is being procured in accordance with FAR Subpart 36. North American Industrial Classification System code is 236220, which has a size standard of $33,500,000 in average annual receipts. This announcement is a TOTAL SMALL BUSINESS SET-ASIDE. A Request for Proposal in electronic format will be available for download from this site on or about July 21, 2009. An Indefinite Delivery Indefinite Quantity Type (IDIQ) contract consisting of a 3-year base period of performance with 2 one-year optional periods of performance. More than one contract is anticipated, but no more than three (3) contracts will be awarded with a contract amount of $50,000,000 over five years. The contract amount of $50,000,000.00 will be shared by the successful offeror(s). There will be a minimum guarantee amount for each year. There is no specific task order limit except the limit of the contract(s). Contracts may be awarded concurrently or may be staggered at two (2) to six (6) month intervals. It is anticipated that the majority of the Task Orders awarded under the IIS-IDT will range in value from $75,000 to $2,500,000. DESCRIPTION OF WORK: Typical requirements issued under the military, civilian, environmental and special projects branches of the U.S. Army Corps of Engineers, Alaska District customers are anticipated to be primarily associated with new construction, maintenance, repair, replacement, renovation, minor construction (including asbestos and lead base paint abatement), restoration, or modernization of a wide variety of facilities. Efforts may include, but are not limited to, planning, design, and installation/construction of the following systems: facilities construction; HVAC, plumbing, electrical, waste water treatment systems, elevators, building envelope, fire protection, AT/FP, demolition, fencing or total renovation. Horizontal design and construction projects could include clearing and grubbing, excavation, grading, road construction, area drainage plans, site surveys, range maintenance, and barge landing site preparation. Capabilities are simultaneously sought for firms possessing unique areas of expertise or lines of business to include; military installations/bases, on-road and off-road network construction, remote site logistics, transportation by land, sea and air, and ability to work in extreme environmental conditions including north of the arctic circle, the Aleutian Islands, and interior Alaska if necessary. The requirement for the submission of both performance and payment bonds, in an amount equivalent to 100% of the award price may be requested on individual Task Orders in accordance with FAR 52.228-15; therefore, the successful firm shall have the capability to acquire such bonding. The Davis-Bacon Act will apply. All responders are advised that this contract may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation, and final award. In addition, no projects are yet authorized and no funds are presently available. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). Register via the CCR Internet site at http:// www.ccr.gov or by calling the CCR Assistance Center at 888-227-2423 or 269-961-5757. For ORCA, register at https://orca.bpn.gov/login.aspx
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-09-R-0043/listing.html)
 
Record
SN01860863-W 20090702/090630235747-8d481bfd3878c97391c672294e2d4872 (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.