Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2005 FBO #1235
SOLICITATION NOTICE

Z -- Nationwide Job Order Contract (JOC) Construction/Repair Requirement for MEDCOM and AFMS Facilities U S Army Medical Command (MEDCOM) and U S Air Force Medical Service United States and Puerto Rico

Notice Date
4/12/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-05-R-0011
 
Response Due
6/13/2005
 
Archive Date
8/12/2005
 
Point of Contact
Robin Revard, 817.886-1090
 
E-Mail Address
US Army Engineer District, Fort Worth
(shelley.a.martinez@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Point of Contact: Shelley Martinez, Contract Specialist, (817)886-1090. Firm-Fixed Price construction contract(s)for two (2) Unrestricted (Eastern and Western Regions) and one (1) 8(a) Competitive (SBA Region 6) to provide efficient and expeditious execution of repair, alterations, minor construction, and operations and mainte nance work at Army Medical Command (MEDCOM) Installations and Medical Facilities throughout the MEDCOM North Atlantic, Southeastern, Great Plains, Western, and Pacific Regions including Puerto Rico, Alaska and Hawaii, and Air Force Medical Facilities throu ghout the Air Force Medical Services (AFMS) Eastern and Western Regions including Alaska and Hawaii. East Region contract will consist of North Atlantic Regional Medical Command (NARMC) and Southeast Regional Medical Command (SERMC), which will include Pu erto Rico. West Region contract will consist of Great Plains Regional Medical Command (GPRMC), Western Regional Medical Command (WRMC), and Pacific Regional Medical Command (PRMC), which will include Alaska and Hawaii. Using best value acquisition proced ures and in accordance with FAR Part 15, the intent of the Government is to award two (2) Unrestricted (Eastern and Western Regions) and one (1) 8(a) Competitive (SBA Region 6), on which individual task orders will be issued, to the highest qualified (tech nical and price) contractors. Estimated duration for the contract(s) award will be an initial base period of 12 months with four (4) option periods of 12 months each for a total not-to-exceed of sixty (60) months. Option Periods will be exercised at the Governments discretion. Total estimated value of the Unrestricted contracts (East & West Regions) is NTE $22.5 Million each ($45 Million total) for Base and four Option years and NTE $5 Million for the 8(a) contract for Base and four Option years. The mi nimum guaranteed amount for the initial 12-month base period is $22,500.00 each for the Unrestricted East & West Region contracts and $10,000.00 for the 8(a) Competitive (SBA Region 6) contract. Contract awards will be based upon BEST VALUE to the Governm ent which may or may not be the lowest-price offered. To determine best value, the Government will evaluate technical proposals having specific management and technical evaluation criteria consisting of past performance, related experience, past performan ce as related to subcontracting utilization (large businesses only), Subcontracting Plan (as required by FAR 52.219-9) and price proposals. Solicitation to be issued on or about 27 April 2005. Proposals are due on or about 13 June 2005 at 4:00 p.m., cent ral time. If a large business firm intends to submit a proposal, it must comply with FAR 52.219-9 clause regarding the requirement for a subcontracting plan. The Fort Worth District subcontracting goals are for specified percentages of the contractors to tal planned subcontract amount to be placed with the following: Small Business 50.9%; Small Disadvantaged Business 8.8%; Women-Owned Small Business 7.2%; Veteran-Owned Small Business 1.0%; Service-Disabled Veteran Owned Small Business 0.5%; and HUBZone Sma ll Business 2.9%. The North American Industrial Classification System (NAICS) Code applicable to this project is 236220, Commercial and Institutional Building Construction, which corresponds to SIC Code 1542. The Small Business Size Standard is $28.5 Mil lion. Offers 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/. Bidders should register themselves on the Internet to receive a copy of this solicitation (CD-ROM). NO EXPRESS MAIL PROCEDURES WILL BE UTILIZIED ON INITIAL MAILING OF THE CD. The plans and specifications will be placed on Compact Disk (CD-ROM) and will be provided free of charge on the issue date. Plans and speci fications will not be provided in a paper hard copy format. Notification of ame ndments shall be made through CD-ROM and/or the Internet. However, the Government reserves the right to use only the Internet as notification of any changes to this solicitation. It is therefore the contractors responsibility to check the following addre ss daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: https://ebs.swf.usace.army.mil/ebs/Advertised Solicitations.asp. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA63/W9126G-05-R-0011/listing.html)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00786602-F 20050414/050412212243 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.