Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2005 FBO #1383
SOLICITATION NOTICE

Y -- IDIQ COST REIMBURSEMENT, CPFF CONTRACT FOR CONSTRUCTION PROJECTS PRIMARILY WITHIN MISSISSIPPI, BUT MAY BE WITHIN THE BOUNDARIES OF MISSISSIPPI FOR THE U.S. ARMY CORPS OF ENGINEERS IN SUPPORT OF HURRICANE KATRINA EMERGENCY OPERATIONS

Notice Date
9/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-05-R-0018
 
Response Due
9/9/2005
 
Archive Date
11/8/2005
 
Small Business Set-Aside
N/A
 
Description
The work includes providing the supervision, equipment, materials, labor, travel and all means necessary to provide the US Army Corps of Engineers an immediate response for construction contract capability. The construction and related engineering an d services would be in response to Hurricane Katrina and/or similar natural disasters, humanitarian assistance, or projects with similar characteristics. Services required are primarily construction but may also include: a. The capability to provide genera l mobilization services (embarkation) for personnel, equipment and material in support of The Corps Civil Works, Emergency Response and Homeland Defense missions. b. As determined by the Contracting Officer, this contract may be used to supplement the U. S . Army Corps of Engineers contract for Life Support Services for Mississippi. The type of Base Operating Support (BOS) Services may include but is not necessarily limited to: Air Operations; Port Operations; Morale, Welfare and Recreation Support; Galley; Billeting; Facilities Support; Utilities; Base Support Vehicles and Equipment; Disposal Area Operations; and Environmental services. These services are primarily anticipated in support of facilities located in Mississippi but may also be required within a 200 Mile radius. The Service Contract Act and other applicable clauses will be incorporated by individual task order, as required. c. Incidental Engineering services in support of construction. The contract will be a Cost Plus Fixed Fee, Indefinite Deliver y/Indefinite Quantity (ID/IQ) type contract with an estimated ceiling of $100 million. The contract term will be a base period of one year, with one one-year option period. The contract will provide construction and related services through a contractor wi th a stand-by profile, including program planning, scheduling, design, engineering, transportation, construction management, and quality control. GENERAL CONSTRUCTION REQUIREMENTS Construction critical response during an emergency will primarily support ai d for natural disasters, or humanitarian aide. Early mobilization and start up construction is the utmost goal of this procurement. The potentially massive logistics of moving people, materials, and equipment for numerous and simultaneous projects and work sites will require flexibility and extensive management and coordination. The contractor shall be required to work very closely and in detail with Corps procurement, planning, and program officials. The goals and planned actions may be developed through c ontractor and Corps iterative discussions. The contract is not meant to necessarily eliminate all other construction procurements surrounding a situation, but is to provide a critical action response and continued momentum in providing recovery or support. The intent of the contract is to have unbounded flexibility in construction and related planning, design, engineering, and construction material logistics. The following are types of construction and products the contractor could be required to provide: ( The list is not all inclusive): Dredging Airfield runway construction and/or repair Airfield facilities construction Administrative and educational facilities Electric power plant Electric power distribution systems Communication facilities Water treatment plant Sewage treatment plant Temporary housing Water well drilling Garage disposal / recycling facilities Transportation depots for materials Warehouse facilities for construction materials Warehouse facilities for other customers Base camps Rail faciliti es Bridges Causeways Flood control structures Pumping stations Medical clinics & hospitals Road construction (asphalt, concrete, engineered fill) Soils engineering Fire fighting facilities and distribution systems Pier construction Petroleum handling pier facilities Petroleum storage facilities Environmental restoration Operations of power generation, concrete and asphalt plants, etc. GENERAL DESIGN REQUIREMENTS Design requirements for this contract range from minimal design to full design. Design, when required by the Contracting Officer and unless specified otherwise by the Contracting Officer, shall be in accordance with the Corps of Engineers and/or profession al design standards. Plans and specifications will be available on the Vicksburg Consolidated Contracting Office (VCCO) Web Page at http://www.mvk.usace.army.mil/contract/. Bidders should check the VCCO Web Page often for new solicitations and/or changes ( AMENDMENTS) to existing ones. Issue date on 6 Sep 2005. Proposal due date is 9 Sep 2005, 1445 Hours. IF BIDDER IS A LARGE BUSINESS, A SUBCONTRACTING PLAN WILL BE REQUIRED. THIS PROCUREMENT IS UNRESTRICTED AND ISSUED UNDER NAICS CODE 237990
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00889302-W 20050909/050908033945 (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.