MODIFICATION
10 -- - Amendment 3
- Notice Date
- 10/15/2012
- 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-12-R-0043
- Response Due
- 10/9/2012
- Archive Date
- 3/15/2013
- Point of Contact
- Kevin S. Anderson, Phone: 8178861061
- E-Mail Address
-
kevin.s.anderson2@usace.army.mil
(kevin.s.anderson2@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This amendment is to extend the proposal receipt date from 19 Oct 2012, 2:00 p.m., local time to 26 Oct 2012, 2:00 p.m. local time. This modification is being performed due to the ASFI Website outage last week. All questions regarding this SYNOPSIS should be submitted in writing to the following E-Mail address: Charlotte.R.Harris.@usace.army.mil. This Acquisition shall be competed as 8(a) in the SBA Servicing Office area of REGION 6 (Texas, New Mexico, Oklahoma, Louisiana, & Arkansas). This synopsis is for the purpose of a pre-solicitation notification only. Contracts will be Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs), with twelve-month base periods plus four twelve-month option periods, for the U.S. Army Corps of Engineers Southwestern Division (SWD) for construction services with an estimated workload value of $140 million for SWF and SWD customers. Any work executed under the SWD MATOC is limited to the geographic boundaries of the Southwestern Division, U.S. Army Corps of Engineers. However, because SWD services customers whose boundaries exceed this geographic restriction, it is necessary to provide for maximum flexibility to ensure execution gaps can be covered. Therefore, it is anticipated that these contracts will execute up to an estimated 15% of the total MATOC capacity outside of the established geographical area as long as capacity exists and the contractors agree to perform the requirement.. Scope of work includes, but is not limited to, construction activities such as new construction, renovation, repairs, preventive maintenance, environmental abatement, and erosion control, earthwork and operations construction activities as applicable under these MATOCs. The contracts are not only intended to execute new construction, design-build and design-bid-build, but to provide a timely response to remediation of facilities, e.g., maintenance, repair, asbestos and lead-base paint abatement, and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), instrumentation, anti-terrorism and force protection. The Fort Worth District intends to award up to five contracts as 8(a) within this pool, with an estimated maximum task order limitation of $15 million and a minimum task order limitation of $3000. In determining which contractor pool to solicit for a given task order requirement the Contracting Officer, in consultation with the PDT will consider - 1) the complexity of the work, 2) contract task order limitation, 3) on-going work, 4) bonding capacity, and any other task order specific requirement. The Government reserves the right to exceed the stated maximum task order limitation. The solicitation will be a negotiated acquisition; there will be no public bid opening. All contracts will be awarded based upon an evaluation of the overall Best Value to the Government. After award, competition among the individual pool of contractors for project specific task order requirements is expected to result in fair and reasonable pricing. However, the contractors pricing will primarily be associated with the quantity of professional labor based on the established contract unit price, competitive subcontractor pricing, and commercial items associated with a specific requirements. The contractors' proposal for a task order will include all the costs for the project-lump sum. There will not be a line item cost for subcontractors or commercial items on the bid schedule. The Government will not pay for proposal preparation costs. The price proposal shall also (as applicable) include cost for: All waste and excess material, Mobilization and close out for the total contract and each task order, Clean up, Safety (e.g., safety rails, safety nets, tethers, face/clothing protection, etc.), Traffic and work-site signs and barriers, Project management and supervision, Quality Control (QC), Office management and equipment, Depreciation of mobile office(s), Subcontractor profit, As-Built drawing, submittal, permits, license and other risks of doing business, and Site security. The North American Industry Classification System (NAICS) code for this program is 236220, Commercial and Institutional Building Construction, a corresponding Standard Industrial Code (SIC) of 1542, a Classification Code of Y111, and a business size standard of $33.5. This solicitation will be issued via Internet only on FebBizOpps Website at www.fbo.gov. Notification of amendments shall be made via FebBizOpps only. It is the contractor's responsibility to check the below-listed Internet address daily for any posted changes to this solicitation. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. Estimated solicitation issue date is on or about February 06, 2012. Proposals are anticipated to be due on or about March 05, 2012. Contractors are encouraged to utilize the function in FedBizOpps. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is: http://www.ccr.gov. ALL QUESTIONS REGARDING THIS SYNOPSIS/PRE-SOLICITATION NOTICE SHOULD BE SUBMITTED IN WRITING TO THE FOLLOWING E-MAIL ADDRESS: charlotte.r.harris@usace.army.mil Point of Contact for this Synopsis and or Solicitation: Ms. Charlotte Harris. Email your questions to the US Army Corps of Engineers, Fort Worth District to the attention of charlotte.r.harris@usace.army.mil Administering Contracting Office: US Army Corps of Engineers, Fort Worth District, ATTN: CESWT-CT, Contracting Division, 819 Taylor Street, Room 2A19, Fort Worth, TX 76102
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-12-R-0043/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
- SN02913654-W 20121017/121015234001-adb9ada53b028db57c8a2c8f903af2d8 (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 |