Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2006 FBO #1798
SOLICITATION NOTICE

10 -- Multiple Award Task Order Contract (MATOC) for Design-Build Construction Services, Various Locations, Alaska, Indefinite Delivery and Indefinite Quantity (IDIQ).

Notice Date
10/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-07-R-0006
 
Response Due
11/27/2006
 
Archive Date
1/26/2007
 
Small Business Set-Aside
N/A
 
Description
Description: Design-Build Construction Services and/or Construction Services, Various Locations, Alaska. The contract will be for projects classified under NAICS category 236. Construction services to include repair and design-build construction or construction from Government-furnished design to include but not limited to military family housing; barracks and dormitories; administrative, operations and training facilities; and industrial facility requirements and other requirements related to missi on. A multiple schedule Indefinite Delivery Indefinite Quantity Type (IDIQ) contract consisting of a 3-year base period of performance with 1 two-year optional period of performance. A Multiple Award Task Order Contract (MATOC) will be made if sufficient qualified offers are received with two or more of the contract awards set-aside under the authority of Section 8(a) of the Small Business Act, 15 U.S.C 637(a) for qualified 8(a) offerors and two or more contract awards for large or small business offerors (full and open). MATOC award selection will be from 8(a), and large and small offerors in each respective category using the best-value source selection method. For individual competitive Task Orders best-value, low-price technically acceptable, or low-price selection met hods may be used to select awardees. Past performance on Task Orders shall be a factor in determining whether an additional period of services shall be awarded under a proposed IDIQ. Exercise of options are solely at the discretion of the Government. A small business utilization plan shall be required of large business offerors. Requests for proposals (RFPs) for Task Orders shall require IDIQ contract awardees to prepare a technical proposal from specified criteria for function and size of facility in accordance with specified Military technical standards and/or prescribed industr y standards. RFPs may be issued in varying states of design completion ranging from a narrative request for a concept design, a 10 percent to 35 percent, or a 65 percent design to 100 percent design. RFPs for new construction or facility rehabilitation o f low complexity may consist of a simple narrative scope of work and an on-site review of the requirement. This is not a request for proposal. Note: The proposal schedule may also include additional work as option items; however, there is no guarantee the options will be exercised. Bid Bonds and Performance and Payment Bonds will be required. Please note that all contractors and potential cont ractors must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR please visit www.ccr.gov. RESPONDERS ARE ADVISED THAT ANY FUTURE AWARD OF THIS PROJECT IS SUBJECT TO THE AVAILABILITY OF FUND S AND THE REQUIREMENTS MAY BE DELAYED, CANCELLED OR REVISED AT ANYTIME DURING THE SOLICITATION AND/OR FINAL AWARD PROCESS. THE POINT OF CONTACT: For questions concerning this solicitation, please contact Michelle R. Mandel, Contract Specialist by telepho ne at (907)753-2502, fax at (907) 753-2544, or by email at Michelle.R.Mandel@poa02.usace.army.mil. Address: US Army Corps of Engineers, Alaska, CEPOA-CT, P.O. Box 6898, Elmendorf AFB, Alaska 99506-6898
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN01172212-W 20061029/061027220722 (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 |
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.