Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2012 FBO #3751
SOLICITATION NOTICE

Y -- Presolicitation Notice for W912DW-12-R-0006, Multiple Award Task Order Contract (MATOC) for Design-Build and Vertical Construction Work for the Seattle District, US Army Corps of Engineers

Notice Date
2/29/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-12-R-0006
 
Response Due
4/16/2012
 
Archive Date
6/15/2012
 
Point of Contact
Adam M. Birkland, 206-764-3203
 
E-Mail Address
USACE District, Seattle
(adam.m.birkland@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
1. Solicitation No: W912DW-12-R-0006 Multiple Award Task Order Contract (MATOC) for Design-Build and Vertical Construction Work for the Seattle District, US Army Corps of Engineers, to include work in Washington, Oregon, Idaho, Montana, and Elsewhere Within the Northwest Division (NWD) Boundaries 2. Type: Construction RFP 3. NAICS Code: 236220 4. FSC Code: Y199 5. Class Code: Y 6. Size: $33.5 million 7. Type of Set-A-Side: HUBZone The Seattle District is soliciting proposals for multiple award, multiple year contracts to perform Design-build (including applicable design services for design-build task orders) and vertical construction primarily in Washington, Oregon, Idaho, and Montana, and elsewhere as needed within the Northwest Division boundaries. Task orders under these contracts will be used for projects of varying size and complexity, and may include incidental horizontal construction work. Work under these contracts may also require contractors to provide services simultaneously in multiple locations. The contractors selected for award shall have the capability and experience to perform, or provide a wide range of services relating to design-build and vertical construction, including but not limited to: 1)Facility renovation to include major and minor repairs, 2)New facility construction, 3)Civil site work (utilities, paving, roads, etc.), 4)Sustainable design, 5)Landscaping/revegetation incidental to design/construction, 6)Demolition prior to new construction, 7)Deconstruction, 8)Asbestos and/or lead-based paint abatement incidental to design or construction, and 9)Any other vertical construction The target number of Firm-Fixed Price Indefinite Delivery-Indefinite Quantity contracts resulting from the upcoming solicitation is five. As requirements develop, task orders will be issued on a competitive or sole source basis to the awardees of this solicitation at the Government's option. Task orders will be firm-fixed price. Each contract will include a base year and four option periods. Maximum value of all work awarded under the MATOCs will be limited to $9.8 million per period and $49 million over the life of the contracts. To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. The North American Industry Classification System (NAICS) Code is 236220 with a size standard of $33.5 million. A concern is considered a small business if its average annual revenue for the last three (3) years is less than $33.5 million. This requirement is 100% set aside for HUBZone businesses. For information concerning HUBZone Certifications and SBA size standards, go to http://www.sba.gov Pursuant to Federal Acquisition Regulations (FAR), the solicitation will be available for download no earlier than 15 days following the posting of this synopsis. Pursuant to FAR, the response date of the solicitation is no earlier than 30 days from the date of the solicitation release date. The proposal due date will be noted on the solicitation at the time of issue. There is no information available until the issue of the solicitation via the Internet. Register as an interested party at this synopsis site on www.fbo.gov to receive notification of solicitation issue, which will be no sooner than 14 March 2012. Issue of the solicitation will be in electronic format only. No disks or hard copy will be available. Follow the registration procedures at www.fbo.gov to receive notification of solicitation/amendment posting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-12-R-0006/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02685384-W 20120302/120229234412-e1f741957788bcce91c54701eccfa3e3 (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.