SOLICITATION NOTICE
38 -- Multiple Award Construction Contract (MATOC) as an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract in support of the DPW at Fort Benning, Georgia.
- Notice Date
- 8/15/2011
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W91247-11-R-0013
- Response Due
- 8/31/2011
- Archive Date
- 10/30/2011
- Point of Contact
- Linda McLean, 910-394-8002
- E-Mail Address
-
MICC Center - Fort Bragg
(linda.mclean1@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mission Contracting Command (MCO) - Fort Bragg, North Carolina, has a requirement for the Directorate of Public Works (DPW), Fort Benning, Georgia, to execute a broad range of maintenance, repair, and minor construction projects at Fort Benning, Georgia to include the Army Ranger Facility at Camp Frank D. Merrill, Dahlonega, Georgia, Camp James E. Rudder at Eglin Air Force Base and the Directorate of Family Moral, Welfare and Recreation (DFMWR) Recreation Center in Destin, Florida. Therefore, the Government anticipates award of an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction. This acquisition is restricted to Small Disadvantaged Business (SDB), HUBZone, and Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The assigned NAICS Code is 236220, "Commercial and Institutional Building Construction" with a small business size standard of $33.5 million. The MATOC is to be based on a general Statement of Work (SOW) further defined in individual Task Orders. The number of contracts that may be awarded under the MATOC shall not exceed ten (10). The anticipated projects for this requirement will include tasks in a variety of trades such as carpentry, road repair, roofing, excavation, interior work (to include remodeling and interior modifications), electrical work, steam fittings, plumbing, sheet metal, painting, demolition, concrete masonry, welding, mechanical, landscaping, and other general construction work. The Government will provide a 35% design concept for each Design-Build requirement or as specified and will be accompanied by a SOW. All anticipated projects demand high standards of quality and performance. All work performed shall be in accordance with the industrial and commercial codes/standards. The period of performance for this requirement will consist of a five (5) year ordering period for a total of a sixty (60) month ordering period. THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. Upon release to the public, the RFP as well as amendments will be available at the Army Single Face to Industry (ASFI) website: https://acquisition.army.mil/asfi/solicitation. The RFP will specify the actual date and time for proposal receipt. The point of contact is the Contract Specialist, Ms. Linda McLean: 910-394-8002, or Mrs. Betty Parker, Contracting Officer, betty.parker1@us.army.mil. Please address all questions in writing to: linda.mclean1@conus.army.mil. The anticipated posting date of the RFP is on or around 30 August 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a2a204905c010226a23bdc88ca71afda)
- Place of Performance
- Address: MCO - Fort Bragg Mission Contracting Office, ATTN: CCMI-RCB, Building 2-1105, Reilly Road & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN02534101-W 20110817/110815234754-a2a204905c010226a23bdc88ca71afda (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 |