SOLICITATION NOTICE
Z -- $49.9M Single Award Task Order Construction Contract
- Notice Date
- 1/15/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-12-R-0013
- Point of Contact
- Carlen Capenos, Phone: 410-854-0739
- E-Mail Address
-
carlen.capenos@usace.army.mil
(carlen.capenos@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Baltimore District Corps of Engineers, Real Property Services Field Office, issues this pre-solicitation notice for a Single Award Task Order Construction Contract. This is a task order construction contract that will include both design-build and design-bid-build task orders. One contractor will be selected for award. Anticipated work for the resultant contract will include, but may not be limited to, a broad variety of major and minor repair, modification, rehabilitation, alterations, design-build, design-bid-build and new construction projects in support of the Architect of the Capitol. This contract will have requirements that focus in the District of Columbia but may be used throughout the Baltimore-Washington corridor. Work performed will be for both secure and non-secure sites. A Top Secret Facility Clearance is required at the time the offer is due and at time of award and throughout the life of the contract. In the event of a Joint Venture (JV), the clearance requirement will apply to the JV. This means that the entity identified in block 14 of the Standard Form 1442 must have the Top Secret Facility Site Clearance in that name along with the matching Cage Code. For example, if Company A and Company B form a Joint Venture called Company AB, then Company AB must have an active Top Secret Facility Site Clearance. Even if both Company A and Company B each individually posses the clearance, unless Company AB posses its own Top Secret Facility Site Clearance, the proposal will not be eligible for award. This proposed procurement is 100% set aside for small businesses. The NAICS code 236220, with a size standard of $33,500,000.00. The resultant contract will be issued for a five year period. The total capacity for the contract will be $49,999,999.99. A bid bond will be required in accordance with the terms and conditions of FAR 52.228-1- Bid Guarantee. Performance and Payment bonding requirements will be as follows: Single project bonding requirement is $10M and aggregate bonding is $20M. The Request for Proposal (RFP) will be posted to FedBizOpps on or about 1 February 2012. The RFP will include a seed project to be completed and submitted with the proposal. A site visit will be scheduled. All contracting questions related to the upcoming solicitation may be directed in writing to Carlen Capenos via email at carlen.capenos@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-R-0013/listing.html)
- Place of Performance
- Address: District of Columbia, United States
- Record
- SN02655125-W 20120117/120115233023-d4ad93d4a691577472ee9a81c61b1cab (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 |