MODIFICATION
Y -- White Sands Missile Range Job Order Contract - Revised Presolicitation Notice
- Notice Date
- 3/18/2014
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-13-R-0082
- Point of Contact
- Ali Marshall, , Angelynn Gunn,
- E-Mail Address
-
Alisa.Marshall@usace.army.mil, angelynn.l.gunn@usace.army.mil
(Alisa.Marshall@usace.army.mil, angelynn.l.gunn@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Revised Presolicitation Notice dated 18 March 2014 THIS PRESOLICITATION NOTICE IS BEING REVISED AS FOLLOWS: General Information Document Type: Pre-solicitation Notice / Synopsis Solicitation Number: W9126G-13-R-0082 Posted Date: Revised 18 March 2014 Pre-solicitation must be posted for: 15 days Can post solicitation on: April 2, 2014 Current Response Date: May 2, 2014 Classification Code: Y --- Construction of Structures and Facilities Set Aside: 8(a) Small Businesses NAICS Code: 236220 "Commercial & Institutional Building Construction" This is not a solicitation. A solicitation will be issued on or about April 2, 2014 Pre-solicitation/Synopsis Notice: White Sands Missile Range (WSMR), Job Order Contract (JOC), 8(a) Small Business Set-aside, White Sands, New Mexico, 88002 CONTRACT INFORMATION: This construction contract will be procured through a one-step lowest price technically acceptable proposal (RFP) process with competition limited to 8(a) Small Businesses. This project title is the WSMR SB JOC. The project details are a Job Order Contract (JOC) Indefinite Delivery/Indefinite Quantity (ID/IQ) for the White Sands Missile Range Department of Public Works alongside the U.S. Army Corps of Engineers, White Sands Missile Range Installation located in White Sands, NM. The Government intends to award one single firm fixed price IDIQ JOC type contract with a base year and two option years. The work includes but not limited to construction type services to provide and or maintain real property facilities for design, construction, or repair of major or minor construction situations. These construction situations may be renovation, repairs and alterations, preventive maintenance, environmental abatement, and operations activities. In addition, to provide a timely response to remediation of real and personal property 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. Per the U.S. Small Business Administration, New Mexico District Office's Request, the following statement is provided in this announcement: It has been determined that competition will be limited to 8(a) firms located within New Mexico and the El Paso, Texas Districts, the geographical area serviced by the New Mexico and El Paso, TX District Offices, and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. The minimum size of a job order is $2,500.00, the estimated maximum size of a job order is $500,000.00. The estimated magnitude of construction capacity on this contract is estimated to be $24 Million, with each year having an award amount of $8 Million. The RFP is anticipated to be issued on or about April 2, 2014 and offers will be due on or about May 2, 2014. No public bid opening procedures are applicable to this solicitation. This Bid is restricted to competitive 8(a) small businesses. A firm fixed price "8(a) Small Business" Construction JOC Contract is anticipated to be awarded using "Lowest Price Technically Acceptable" evaluation criteria. Anticipated award date on or about June 2, 2014. Anticipated project duration is a base year and two option years. The successful offeror is required to perform at least 15 percent of the final cost of the contract, not including the cost of materials, with its own employees. The 2002 North American Industrial Classification System (NAICS) code applicable to this project is 236220. SIC is 1542. The Product Service Code is Y199. The Small Business Size Standard is $33.5 Million. After solicitation issuance, contractors may view and or download this solicitation, specifications and all amendments at the following internet addresses: Army Single Face to Industry (https://acquisition.army.mil/asfi/) OR on the Federal Business Opportunities Website (www.fbo.gov ). Type in the search box the solicitation number W9126G-13-R-0082. (Do not include period in link). The use of the websites requires prior registration. Plans and specifications will not be made available in paper format or on compact disc. It is the Offerors responsibility to monitor the FedBizOps website and or any other official government website for amendments to the solicitation. You must be registered with the System for Award Management (SAM), to receive a Government contract award. You may register on the SAM Website at http://www.sam.gov/. The Primary Point of Contract for this project is Mrs. Angelynn Gunn, email angelynn.l.gunn@usace.army.mil and secondary Mrs. Ali Marshall, Contract Specialist, email is alisa.marshall@usace.amry.mil. No phone calls will be answered. All questions MUST be received through email for record. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the websites daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the FedBizOps address after solicitation issuance. Contractors shall register themselves at this website under the solicitation number to receive a copy of the solicitation. Further, all potential offerors are also encouraged to visit the Army Single Face to Industry website located at http://acquisition.army.mil/default.htm to view other official business opportunities. [END OF REVISED PRESOLICITATION] This is not a solicitation. A solicitation will be issued at a later date. This is a REVISED Pre-solicitation/Synopsis Notice: White Sands Missile Range Job Order Contract (JOC) 8(a) Competitive, New Mexico CONTRACT INFORMATION: This construction contract will be procured through a one-step lowest price technically acceptable proposal (RFP) process with competition limited to 8(a) firms located in the state of New Mexico. The Primary Point of Contract for this project is Ms. Angelynn Stroman, Contract Specialist, email is angelynn.l.stroman@usace.army.mil. No phone calls will be answered. All questions MUST be received through email for record.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-13-R-0082 /listing.html)
- Place of Performance
- Address: White Sands Missile Range (WSMR), Job Order Contract (JOC) 8(a) Competitive, White Sands, New Mexico, 88002, White Sands, New Mexico, 88002, United States
- Zip Code: 88002
- Zip Code: 88002
- Record
- SN03313781-W 20140320/140318235143-4dc59d204bbadb585a0ad8f2167654bf (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 |