Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2008 FBO #2238
SOLICITATION NOTICE

Y -- Multiple Award Task Order Construction Requirement for the U.S. Army Dugway Proving Ground Installation.

Notice Date
1/10/2008
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-08-R-0001
 
Response Due
2/14/2008
 
Archive Date
4/14/2008
 
Point of Contact
ERIC VOKT, 435-831-2107
 
E-Mail Address
Email your questions to ACA, Dugway Proving Ground
(eric.s.vokt@us.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
The U.S. Army Dugway Proving Ground Directorate of Contracting intends to solicit offers in response to Request for Proposal (RFP) W911S6-08-R-0001 for construction services to include design/build capabilities to be covered under a suite of Indefini te Delivery-Indefinite Quantity Multiple Award Task Order Contracts (MATOCs) in support of the Directorate of Public Works located at the U.S. Army Dugway Proving Ground installation in Utah. The awards will result in a suite of no less than two contracts using 8(a) contractors approved by the Small Business Administrations Utah District Office. NOTE: Only 8(a) contractors from the State of Utah SBA District Office are authorized to submit proposals in response to this solicitation. Work includes, but is not limited to, construction, repair and maintenance projects involving a variety of trades and for some task orders includes design-build requirements. All work shall be completed in accordance with Performance Work Statements/Statements of Work state d under individual task order requirements and specifications and drawings will be provided with each project at the task order level. The awarded contracts will consist of a Base Period of 12 months with four 12-month options. Total contract period, to i nclude options, shall not exceed five calendar years. The applicable North American Industry Classification System (NAICS) code is 236220. The Small Business size standard is $31 million annual receipts for the past three years. Task orders will range i n price from $2,000 to $3 million. The total magnitude for this requirement to include all contracts awarded is between $20,000,000.00 and $100,000,000.00 over the five year period. The Government intends to award a minimum of two individual MATOC contra cts, providing a sufficient number of qualified contractors propose. Awards will be made to those offerors who submit proposals that are found to be technically acceptable with a fair and reasonable price. There will be a scheduled site visit and the time and date for the site visit will be stated in the RFP. A test scenario will be used for pricing purposes. This RFP will be issued in electronic format only and will be available on or about 17 JAN 2008 on Army Single Face to Industry (ASFI) or Federal B usiness Opportunities (FedBizOps) websites. Please address any questions to Mr. Eric S. Vokt, Contract Specialist at eric.s.vokt@us.army.mil.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01483002-W 20080112/080110224444 (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.