MODIFICATION
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
- 1/27/2006
- Notice Type
- Modification
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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-06-R-0022
- Response Due
- 3/22/2006
- Archive Date
- 5/21/2006
- Small Business Set-Aside
- N/A
- Description
- Job Order Contracts (JOC) 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 maintenance wor k 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 throughout 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 Puerto 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 procedures 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) to the highest qualified (technical and price) contractors. Individual task orders will be issued. 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 sixty (60) months. Option Periods will be exercised at the Government's discretio n. 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 minimum guaranteed amou nt 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 Government 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 performance as related to subc ontracting utilization (large businesses only), Subcontracting Plan (as required by FAR 52.219-9) and price proposals. Solicitation to be issued on or about 1 February 2006. Proposals are due on or about 22 March 2006 at 4:00 p.m., central time. If a la rge 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 total planned subcon tract amount to be placed with the following: Small Business 51.2%; Small Disadvantaged Business 8.8%; Women-Owned Small Business 7.3%; Service-Disabled Veteran Owned Small Business 1.5%; and HUBZone Small Business 3.1%. The North American Industrial Clas sification 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 Million. solicitation issuance at the following Interne t address: www.fedteds.gov. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W9126G-06-R-0022. Use of the FedTeDS website requires prior registration at www.fedteds.gov. Plans and specifications will not be available in paper format or on compac t disc. It is the offerors responsibility to monitor the FedTeDS web site (using the above link) for amendments to the solicitation. You must be registered with the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/.
- 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
- SN00974616-W 20060129/060127212219 (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 |