Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2012 FBO #3834
SOLICITATION NOTICE

Z -- USACE Tulsa District HUBZone IDIQ MATOCs for Maintenance, Repair and Restoration (MRR) Services

Notice Date
5/22/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-12-R-0032
 
Point of Contact
Pamela S. Moody, Phone: 9186697457
 
E-Mail Address
pamela.s.moody@usace.army.mil
(pamela.s.moody@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
he purpose of this notice is to provide details of this upcoming requirement to prospective offerors prior to advertisement of the package. It is anticipated that the package will be posted here on FBO Est 4 Jun 2012. The Government intends to award these MATOCs through FAR Part 15 One-Step-Best Value Source Selection. Requirement: The Government intends to award five (5) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Maintenance, Repair and Restoration (MRR) Services in support of various Civil Works projects within the Boundaries of the Tulsa District, U.S. Army Corps of Engineers (USACE). Only Tulsa District shall issue task orders against this contract unless specifically authorized by a Tulsa District Contracting Officer. Each MATOC will be three (3) year contracts (base year plus two option years). The work will be accomplished through Firm-Fixed-Priced (FFP) task orders. The Government is under no obligation to issue any Task Order against this contract in excess of the minimum contract obligation which is $3,000.00. No Task Order will be awarded that exceeds $10M. The shared sum of all TOs (contract capacity) shall not exceed $49.5M. These MATOCs are intended for maintenance, repair and rehabilitation of roads, paved surfaces and small inhabitable structures and slope and shoreline protection. Disciplines and related work requirements may include, but are not limited to: (1) Civil. Construction surveying, grading and earthwork, surface and subsurface storm drainage and drainage control structures, storm water management, erosion and sediment control, shoreline protection, clearing and grubbing, paving and surfacing for roads, parking areas, and sidewalks, parking layout, pavement markings, traffic control and signage, gates and fencing, curbs and gutters, railroads, dewatering, landscaping, seeding and sodding, riprap, retaining walls, buried structures, slope stabilization, foundations, borings, trenching, berms and utility relocation; and (2) Utilities. Sanitary sewers, lighting, and installation or relocation of other utilities as required for road repair and rebuilding or other site work. Upon receipt of a task order, the Contractors shall provide all labor, materials, supplies, parts (to include system components), plant, supervision, equipment, and related services (except when specified as Government furnished), to perform the work as specified. Contractor's work and responsibility shall include all Contractor planning, programming, administration, and management necessary to provide all work as specified. The Contractor shall conduct all work in strict accordance with the contract and all applicable Federal, State, and local laws, regulations, codes, and directives. The Contractor shall provide related services such as preparing and submitting required reports, performing administrative work, and submitting necessary information as specified under this contract and within each task order. The Contractor shall ensure that all work provided meets requirements of the base contract and the scope of work for each task order and any specifications included with the task order or in any applicable document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-12-R-0032/listing.html)
 
Record
SN02754521-W 20120524/120522235353-edf8f9019aaafd78c60e6efe6602552b (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.