Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
MODIFICATION

Y -- Washington 8(a) Construction Multiple Award Task Order Contract

Notice Date
7/28/2009
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, Washington, 98661-3801
 
ZIP Code
98661-3801
 
Solicitation Number
DTFH70-09-R-00027
 
Point of Contact
Contracts G. Office, Phone: (360)619-7520
 
E-Mail Address
WFL.Contracts@fhwa.dot.gov
(WFL.Contracts@fhwa.dot.gov)
 
Small Business Set-Aside
8a Competitive
 
Description
Washington 8(a) Construction Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity contracts (IDIQ) for multiple road and bridge construction projects. RESTRICTED TO 8(a) FIRMS WITH BONA FIDE OFFICES IN WASHINGTON STATE OR OREGON STATE AS DESCRIBED BELOW: (This paragraph was corrected on 7/28/2009) Competition for this procurement is limited to eligible 8(a) firms located in Washington State and Oregon State, and 8(a) participants in good standing serviced by a SBA office outside of Washington State OR Oregon State, but having a Bona fide branch office in Washington State and Oregon State”. A Bona fide branch office is a place of business for purposes of 8(a) construction procurements located where an 8(a) Participant regularly maintains an office which employs at least one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or other temporary construction sites. Joint Venture Agreements - Joint Venture Agreements are allowable on competitive 8(a) set-asides and must be received by SBA prior to cost proposal due date and approved before award of a resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned Business Opportunity Specialist (BOS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BOS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSAL OR BIDS. Western Federal Lands Highway Division (WFLHD) intends to award at LEAST five (5) but no more than eight (8) MATOC contracts utilizing the Lowest Price Technically Acceptable selection process. As a result of Presidential Disaster Declarations on January 30, 2009 (FEMA-1817-DR) and March 2, 2009 (FEMA-1825-DR) this solicitation implements the selection criteria pursuant to the Robert T. Stafford Disaster Relief and Emergency Assistance Act. SELECTION CRITERIA WILL INCLUDE 8(a) FIRMS RESIDING IN OR PRIMARILY DOING BUSINESS IN WASHINGTON STATE The IDIQ contracts will be for a period of three years. All work will be ordered by task orders. Task Orders will vary in anticipated size ranging from $2,000.00 to $5,000,000.00. The total cumulative dollar value of all task orders placed on all contracts awarded will not exceed the total MATOC ceiling of $20 Million. Clicking on REGISTER TO RECEIVE NOTIFICATION insures notification when solicitation documents are issued. The REQUEST FOR PROPOSAL will be available in electronic format only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/WFL/DTFH70-09-R-00027/listing.html)
 
Record
SN01890543-W 20090730/090729000649-4c9223fe92aed900f05ee714b10992c8 (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.