COMMERCE BUSINESS DAILY ISSUE OF APRIL 4, 2001 PSA #2822
SOLICITATIONS
Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONSTRUCTION SERVICE CONTRACT FOR FORT POLK, LOUISIANA AND MILITARY AND CIVIL PROJECTS WITHIN THE SOUTHWESTERN DIVISION GEORGARPHIC BOUNDARIES
- Notice Date
- April 2, 2001
- Contracting Office
- U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- DACA63-01-R-0012
- Response Due
- June 14, 2001
- Point of Contact
- Ernie L. Waugh, Contract Specialist, 817/978-4910
- E-Mail Address
- Click here to email the Contract Specialist with any (Ernie.Waugh@swf.usace.army.mil)
- Description
- Indefinite Delivery Indefinite Quantity (IDIQ) Construction Services Contract for Installation Support, Fort Polk, Louisiana, with construction, services and time-and-material provisions/clauses fixed labor rates. Task Orders will be issued for a wide variety of maintenance, repair, minor construction tasks (including asbestos and lead-based paint abatement) in support of maintenance, repair and minor construction tasks of the Directorate of Public Works, Fort Polk, Louisiana. The contract will include design services incidental to the construction. Contractors will be required to furnish all labor, materials, permits, equipment, and services necessary to manage and accomplish designed deliveries, recommending a solution, and remediating the problem in a timely and efficient manner. Task Orders will include a variety of trades including (but not limited to) biologist, environmentalist, technicians, agronomist, computer specialist, carpentry, plumbing, road repair, excavation, demolition, concrete, topographic surveyors, roofers, masonry, welding, and architect/engineering (i.e., general, civil, mechanical, electrical, structural, fire protections, life safety). Contractors must have a minimum of two (2) years related experience and must possess all state and locally required licenses for this type of work within the state of Louisiana. The objective of the contract is to provide expeditious execution of task orders for general construction and/or service work that will vary from site to site. Estimated duration of the contract will be for an initial base period of 12 months with four (4) option periods of 12 months each for a total not to exceed duration of 60 months. Option periods will be exercised at the Government's discretion. The estimated total contract amount for the base period is $2,000,000.00 and $3,000,000.00 for each option period for a total not-to-exceed contract amount of $14,000,000.00. The minimum guaranteed amount for the base period is $40,000.00, and $30,000.00 guaranteed amount of each option period. The contract award will be based on "Best Value" to the Government which may or may not result in accepting the lowest-priced offer. To determine best value, the Government's proposal evaluation will consist of but not limited to evaluation of the offerors technical and management capabilities as well as price. The plans and specifications, when available, will be issued on compact disk (CD-ROM) or posted as "Internet Only". The Government reserves the right to make this decision at a later date. Plans and specifications will not be available in paper format. Notification of amendments will be made through either 3.5 floppy diskettes, CD-ROM, and/or Internet only. However, 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 our web site daily for amendments to the solicitation. Contractors may view /download this solicitation and all amendments from the internet after solicitation issuance at the Internet address listed below; however, allofferors are encouraged to visit the Army's Single Face to Industry website at: http://acquisition.army.mil/default .htm to view other business opportunities across the Army. This is an UNRESTRICTED solicitation. Offers from responsible sources will be considered. If a large business intends to submit a proposal, it must comply with FAR clause 52.219-9, regarding the requirement for a subcontracting plan. The Fort Worth District goals are as follows (expressed as a percentage of the contractor's total planned subcontract amount): Small Business Subcontractors -- 61.4%; Small Disadvantaged Business Subcontractors -- 9.1%; Women-Owned Small Business Subcontractors- 5.0%; American Veteran-Owned Small Business Subcontractors 3.0% (Including Disabled American Veteran-Owned Small Business); Historically Black Colleges & Universities/Minority Institutions (HBCU/MI) 2.0%; HUBZone Small Business 0.5%; Reporting by Large Business -- 100%. The North American Industrial Classification System (NAICS) code applicable to this project is 233320, Commercial and Institutional Building Construction, which corresponds to SIC Code 1542. Small Business Standard is $27.5 million. The construction project price range is $10,000,000 to $25,000,000. The solicitation is tentatively scheduled to issue on or about 15 May 2001, and proposals will be due on or about 14 June 2001.
- Web Link
- Click for Contracting Division Web Page. Click on Advertised (http://ebs.swf.usace.army.mil/)
- Record
- Loren Data Corp. 20010404/ZSOL020.HTM (W-090 SN50H997)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on April 2, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|