Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2008 FBO #2591
SOLICITATION NOTICE

Z -- MATOC for Non-Recurring Maintenance, Repair and Preventive Maintenance Services for Fort Lewis, Washington and its sub-installations, McChord Air Force Base, Washington and other Department of Defense (DoD) Installations

Notice Date
12/28/2008
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-09-R-0014
 
Response Due
3/2/2009
 
Archive Date
7/31/2009
 
Point of Contact
Vilma G Hanson,, Phone: 253-966-4366
 
E-Mail Address
gayle.hanson@us.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This project was originally synopsized as solicitation number W912DW-08-R-0014. The Seattle District U.S. Army Corps of Engineers currently has a Small Business set-aside requirement for a Multiple Award Task Order Contract (MATOC) for Non-Recurring Maintenance, Repair and Preventive Maintenance Services to support Fort Lewis, Washington and its sub-installations, McChord Air Force Base, Washington and other Department of Defense (DoD) Installations in Washington State. The solicitation for this requirement will be set aside for small business concerns and will be issued as a Request for Proposal (RFP) using the Best Value source selection procedures outlined in Federal Acquisition Regulation (FAR) Part 15. As a result of the solicitation, up to five (5) small business contractors will be selected for award of an individual contract under the overall MATOC vehicle. Each awarded contract under the MATOC vehicle will consist of a one-year base period with the option to extend for two additional one-year option periods, for a total contract period not-to-exceed (NTE) three (3) years. The maximum value of all work issued under this MATOC (i.e. the total shared contract capacity among all awarded contractors) shall not exceed $5 million over the life of the MATOC. Individual task orders issued under this MATOC will be firm-fixed-price and will vary in size from approximately $2,000 to $500,000. Tasks may include, but are not limited to, non-recurring maintenance, repair and preventive maintenance services for grounds work and repair (i.e. tree trimming, brush removal and site cleanup); minor building repair and maintenance (e.g., wall patching, paint touch-up and tile repair); facility cleaning and sanitizing (i.e. floors, latrines); mechanical systems service (i.e. adjustments, balancing, and cleaning); HVAC and heating system maintenance; access control barrier repairs and maintenance; domestic systems service, repairs and cleaning; equipment dismantling, relocation, and reassembly; furnishing dismantling, relocation and reassembly; facility, equipment, and installation system surveys. This MATOC will not be used for AE services. The selected contractors shall be responsible for providing all personnel, materials, equipment, transportation, supervision, labor and other items and services as necessary to accomplish the various tasks that will be awarded under this MATOC vehicle. The primary North American Industrial Classification System (NAICS) code for this project is 561210 with a small business size standard of $35.5 million. For the purposes of this procurement, a concern is considered a small business if its average annual gross revenue, taken for the last three fiscal years, does not exceed $35.5 million. As previously stated, competition for this procurement is limited to eligible small business concerns. The solicitation for this project will be issued in electronic format only and will be made available online on or about 30 January 2009 via FedBizOpps.gov at https://www.fbo.gov/ under solicitation number W912DW09R0014. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your "Watchlist." If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me to Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov. For additional Seattle District Contracting opportunities, visit the Army Single Face to Industry at https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 or go to the FedBizOpps postings at https://www.fbo.gov/index?s=opportunity&mode=list&tab=list for the latest listings. Put "Engineer District, Seattle" in the "Keywords/SOL #:" box for Seattle District listings only.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=95461735b0d9765c5adb1284907f2e29&tab=core&_cview=1)
 
Record
SN01724572-W 20081230/081228213023-95461735b0d9765c5adb1284907f2e29 (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.