Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2005 FBO #1451
SOLICITATION NOTICE

Y -- DESIGN/BUILD, MULTIPLE AWARD TASK ORDER CONTRACTS, MATOC

Notice Date
11/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-05-R-0021
 
Response Due
1/13/2006
 
Archive Date
3/14/2006
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Project Information: Reference FedBizOps sources sought announcement under solicitation number W9128F-05-R-0005. On or about 12 December 2005, this office will issue a Request for Proposal W9128F-05-R-0021, for a maximum of three Service Disabled Ve teran-Owned Small Business, Design/Build, Multiple Award Task Order Contracts MATOC, Omaha District. Proposals will be received on or about 13 January 2006. This solicitation is restricted 100% to Service Disabled Veterans-Owned Small Business participatio n. This MATOC Solicitation will have a maximum program capacity of $60.0 Million. A maximum of three contracts will be awarded under this MATOC solicitation. The contracts will be used for both miscellaneous military and civil projects. A maximum of thre e contracts may be awarded for work primarily in the State of Colorado, the contracts also authorize use throughout the Northwestern Division of the US Army Corps of Engineers. This solicitation is to determine the technical qualifications of prospective f irms. The solicitations will be evaluated on a Best Value basis. The contracts will have a base period of 2 years and 3 option periods of 1 year each. The contracts will require the contractors to furnish all plant, labor, materials, and equipment to perfo rm a wide variety of construction features to include but not be limited to: highway work, heavy construction work, building construction, minor hazardous toxic waste remediation work, mechanical work, and electrical work. The scope of work and authority t o perform the work will be accomplished using task orders executed by the Contracting Officer. NAICS Code is 238990, $28.5 million small business, Federal Supply Code 1799. Contractor's Quality Control will be a requirement in this contract. Pursuant to F AR 16.505 b.1, each awardee will be provided a fair opportunity to be considered for all task orders exceeding $2500. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work within the time period stipu lated within each task order. The individual task orders will include provisions for liquidated damages in case of failure to complete the work in the time allowed. The proposer will be required to provide evidence they are bondable in the amount of $5,000 ,000. Performance and payment bonds will be required as specified in the individual task orders. Bonding documents including the power of attorney shall bear an original, photocopy, or facsimile signature by an officer of the surety. Offerors please be adv ised of on-line registration requirement in Central Contractor Registration CCR database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications ORCA at http://orca.bpn.gov. Represent ations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. The plans and specifications are available on Compact Disk CD-ROM and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address http://ebs-nwo.wes.army.mil/.Ordering of plans and specifications on CD-ROM shall be by registering on the Omaha District website: http://ebs-nwo .wes.army.mil/. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If any of the information changes during the advertisement period, you must make changes through t he Omaha District web address. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions regardi ng the ordering of the same should be made to: 402-221-4102. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager at: 402- 221-424 3 or Specification Section at: 402-221 4529. Commander, U.S. Army Engineer District, Omaha, ATTENTION CENWO-CT-M, 106 South 15th Street, Omaha, NE 68102 1618
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00931702-W 20051116/051114212014 (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.