MODIFICATION
Y -- SATOC IDIQ - JOB ORDER CONTRACT CORPUS CHRISI ARMY DEPOT, TX
- Notice Date
- 1/28/2011
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-11-R-0104
- Response Due
- 2/28/2011
- Archive Date
- 4/29/2011
- Point of Contact
- Robert M. Duran, (817) 338-8640
- E-Mail Address
-
USACE District, Fort Worth
(robert.m.duran2@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This solicitation notice is a competitive procurement for 100 percent Small Business Concerns for an Single Award Task Order Contract, Indefinite Delivery Indefinite Quantity, Job Order Contract for minor construction, addition, renovationThis solicitation notice is a competitive procurement for 100 percent Small Business Concerns for an Single Award Task Order Contract, Indefinite Delivery Indefinite Quantity, Job Order Contract for minor construction, addition, renovation, alteration and/or repair within the Corpus Christi Army Depot, Corpus Christi, Texas is forthcoming. All firms must be currently registered in the Central Contractor Registration database at the time proposals are due, as well as at the time of contract award. This is a fixed price IDIQ JOC for small to medium, multi-trade maintenance, repair, alteration and minor new construction. The work includes all labor, equipment, materials, transportation and supervision required to provide an indefinite quantity of miscellaneous construction, repairs and alteration work at predetermined wage, equipment and material costs, as well as related incidental work. The Contract term is for a base period of twelve (12) months not to exceed $4,000,000.00 and two (4) one-year option periods not to exceed $4,000,000.00 each year, for a maximum total period of sixty (60) months. The estimated maximum dollar value of this procurement, including the base year and all options is $20,000,000.00. Task Orders awarded from this contract will range between $2,000.00 and $750,000.00. The only work authorized under this contract is work ordered by the Government through the issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered. There is a minimum guarantee of $3,000.00 during the base performance period of the contract and $2,000 per each option period(s) upon the option being exercised. This acquisition will utilize the lowest price technically acceptable selection process with the intent to award one SATOC IDIQ JOC contract to one responsible Offeror whose proposal, conforming to the Request for Proposal, has the lowest price that is technically acceptable. The Government intends to evaluate proposals and may award without further discussions. Selection for award will be based on evaluation of the following: Factor 1 Experience of the Offerors Team; Factor 2 - Past Performance of the Offeror's Team; and the Lowest Price Technically Acceptable. Request for Proposal Number W9126G-11-R-0104 will be due on or about 28 February 2011 no later than 2:00 P.M. CST. The NAICS Code for this project is 236220 with a size standard of $33,500,000.00 million. Request for Proposal documents, plans and specifications will only be available via the Federal Business Opportunities homepage located at https://www.fbo.gov/. Plans and specifications will be made available via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the Contractor's responsibility to monitor FBO for any amendments. All contractors must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding is required. Please review all bonds and accompanying documents required to be submitted. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified. Award will be made as a whole to one bidder. This procurement is advertised as a 100 percent Total Small Business Concern. Proposals are due on 28 February 2011, by 2:00 p.m. Central Standard Time. Minimum requirements due is a revised bid Schedule with a signed SF 1442. Electronic submission are not authorized. Offerors providing less than 90 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected. Proposals shall be marked to show the firm's name and address, the Solicitation number, project title, and the date and time offers are due and on the outside of sealed package. Offers shall be provided to: U.S. Army Engineer District, Fort Worth, ATTN: CESWF-CT (Mr. Robert M. Duran) Post Office Box 17300 or 819 Taylor Street (2A19) (if using express mail) Fort Worth, Texas 76102-0300 Site Visit - None projected at this time. Bonding Requirements - A bid guarantee is required in the amount of 20% of the proposed price. The task order is required to be bonded for Performance and Payment within 5 days of task order award. Wage Determination - Davis Bacon Act Wage decisions are applicable to this requirement. Wage Determinations are available in the RFP. Bidder Inquiry - All bidders are required to register and questions shall be posted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet The Bidder Inquiry Key is YOYESP-5PI283 Titled, (332089) Corpus Christi Army Depot JOC All questions must be entered into the Bidder Inquiry system no later than COB: 23 February 2011. Bidder Inquiry will be closed after this date. No formal response will be provided to individuals emails pertaining the this solicitation. Liquidated Damages - None. Security Requirement - The project site is on property that belongs to Fort Polk, Louisiana, and the contractors shall comply with the Post's security requirements and "Identification of Employees" as annotated as applicable under the contract. Buy American Act - Construction Materials - Contract Clauses 52.225-9 and 52.225-10 are applicable to this task order. After award, the following items will be required of the successful offeror, in accordance with the task order schedule: [X]Bonding Protection (Performance and Payment to support the bid amount, less the amount currently available on the contract) - Within 5 days of Notice of Award [X]Safety and Health Plan [X]Quality Control Program [X]Site Survey [X]Pre-Construction Conference [X]Work Schedule [X]Weekly Progress Report [X]Equipment and Construction Warranties [X]As-Built/In-Progress Drawings (May be required on Task Orders) [X]As-Built Final Drawings (May be required on Task Orders) [X]Task Order Specific Requirements as identified in the task order Specifications/Drawings/Plans Award of the task order will not constitute Notice to Proceed. Funding: [X]Current FY Funding [ ]Subject to Availability of Funds (SAF) [ ]Unfunded Please sign and date the original copy of your proposal and submit as stated above. Please direct inquiries to Robert M. "Mike" Duran, Contract Specialist at (817) 338-8640, robert.m.duran@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-11-R-0104/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN02369070-W 20110130/110128234324-68f57359732c7893c5d60befb865d87b (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 |