Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
SOLICITATION NOTICE

Y -- Central America Multiple Awards Task Order Contracts (MATOCS) IDIQ Contracts for Construction Services with Incidental Design Capabilities in Belize, Guatemala, El Salvador, Honduras, Nicaragua, Costa Rica and Panama.

Notice Date
12/3/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-11-R-0004
 
Response Due
4/5/2011
 
Archive Date
6/4/2011
 
Point of Contact
Terricka D. Leonard, 251-441-6500
 
E-Mail Address
USACE District, Mobile
(terricka.d.leonard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This contract is intended to provide all plant, labor, equipment and materials for quick, cost effective responses to repairs, renovations, incidental demolition and construction situations relating to, but not limited to, sitework, geotechnical, landscaping, surveying, mapping, architectural, food service, structural (to include blast resistant, fortified structures), mechanical, electrical, instrumentation, airfield operations (including rigid and flexible paving, airfields and helipads), roads, parking lots, riverine and marine construction (to include floating docks, piers, barges and dredging), remote and temporary camps, firing ranges, fuel systems, ammunition storage, food storage, interior and exterior utilities to include water and sewage treatment, communications, electrical power (to include generators and solar and wind power); security (to include field fortifications, wire obstacles, bunkers, watch towers and security fencing and hardening of existing facilities) and safety of facilities. This contract may also include the provision of water wells. The building may include administrative buildings, barracks, warehouses, hangers, schools, motorpools, etc. The work may involve replacement in kind, renovation, repairs and modification work and/or new construction. It also may include incidental design and testing, and survey and abatement for lead based paint (LBP) and asbestos containing materials (ACM). Facility repairs, renovations and construction shall conform to the requirements of the technical criteria listed in the Task Order. Task Orders for some facility repair, renovation and construction effort will require the application of U.S. Building Codes; International Building Code (IBC); National Electric Code (NEC); Structural and Heating, Ventilation and Air Conditioning (HVAC)codes and U.S. Department of Defense Criteria that include but are not limited to the Unified Facility Criteria (UFC), Anti-Terrorist and Force Protection (AFTP) and all local building codes. In addition, construction materials, including, but not limited to locally available aggregates, cements, reinforcing steel, structural lumber, block masonry products, conduit and electrical devices, pipe and plumbing fixtures, may be purchased under this contract. These objectives shall be achieved through the implementation of Task Orders issued under the terms of this contract for all of the herein described tasks or additional tasks described in specific Task Orders. Some design/build effort may be required. The maximum size of any project is anticipated to be no more than $5 million. The contracts will be primarily for Belize, Guatemala, Honduras, El Salvador, Nicaragua, Costa Rica and Panama, but may also be used in other parts of Central America and the Caribbean as well as South America. The North American Industry Classification System (NAICS) code for this project is 236220. The solicitation will be available for download on 10 February 2011. The estimated value of this procurement is $25,000,000.00 to $100,000,000.00. The contracting officer is Mrs. Donna Parker. Two or more contracts will be awarded from this solicitation. The proposed contract(s) will be a Multiple Award Task Order Contract (MATOC) for a 12 month base period and four 12 month option periods. There will be two MATOC Pools. Belize, Guatemala and El Salvador are contained in the CENTAM North Region MATOC. Honduras, Nicaragua, Costa Rica and Panama are contained in the CENTAM South Region MATOC. Defense Base Act (DBA) Insurance may be required for some resultant task orders. SEED PROJECT NORTH REGION: Administration Building, Price Barracks, Belize This project consists of the construction of a 436 SM administrative facility within the secured perimeter of Price Barracks, Belize and the new structure will be served by the Base's existing utility infrastructure. This structure shall consist of a pre-engineered steel building frame with Concrete Masonry Unit (CMU) (concrete block) walls. The structure will include the following features; mini-split Air Conditioning units, a concrete floor covered with ceramic tile, a raised computer flooring system in one area, windows, restrooms, a day room with kitchen facilities, and an asphalt parking lot. The building will also be provided with an electrical generator for emergency power. The building will be connected to existing water, sewer, telephone and electrical utilities. The structure will be constructed to the in accordance with local building codes. Trades expected include but are not limited to electricians, concrete masons, steel fabricators, welders, general laborers, safety engineer, general superintendent, trade foremen, painters, blocklayers, plumbers, carpenters, equipment operators (compactors, excavators, paving machines, graders). SEED PROJECT SOUTH REGION: Upgrade Fire Suppression System for 228th Helicopter Hangar, Soto Cano Air Base, Honduras The work associated with this project includes converting the existing Early Suppression Fast Response (ESFR) water only fire sprinkler system to a Wet/AFFF Foam system in the 228th Helicopter Hangar at Soto Cano Air Base, Honduras. Work includes demolition of the existing sprinkler piping and installation of new Wet/AFFF piping, installation of a new 25,000 gallon steel water tank, installation of two new diesel fire pumps and one electric jockey pump mounted on concrete pad with shed roof complete with various auxiliary electrical equipment and controllers, installation of underground piping and connection to existing base main loop water line, installation of new fire pump and sprinkler system alarms to be connected to existing fire alarm control panel. Trades expected include but are not limited to electricians, fire protection pipefitters, concrete masons, steel fabricators, welders, general laborers, safety engineer, general superintendent, trade foremen, painters, fire protection engineer. Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractor must be registered in the DoD Central Contractor Registration (CCR) prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Note No. 3: Critical path method (network analysis system) is not required. Note No. 4: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.fbo.gov. Address questions concerning downloading of plans/specifications to Plans Room at phone number 251-690-2535 or 251-690-2536. Note No. 5: The US Army Corps of Engineers, Mobile District will hold a Pre-Proposal Conference in each of the following three locations in conjunction with the advertisement of this MATOC IDIQ Contract: Northern Pool- San Salvador, El Salvador; Southern Pool -Panama City, Panama, and vicinity of Soto Cano Air Base, Honduras. The anticipated dates for each of these Pre-Proposal Conferences will be the week of 28 February 2011. The exact time and hotel location for each Pre-Proposal Conference will be published later. Site visits for the seed projects are tentatively scheduled for the week after the Pre-proposal conferences. Note No. 6: The request for information (RFI) process for bidder inquiries during the advertisement period is contained in the RFP solicitation package available exclusively from FedBizOpps. Other forms of communicating RFIs to the government will not be honored. The government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-11-R-0004/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN02338316-W 20101205/101203234148-c03405bef0f0d95df30f616221f4d91f (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.