|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,2000 PSA#2631US Army, Corps of Engineers, Seattle District, PO Box 3755, Seattle, WA
98124-3755 Z -- MATOC FOR MAINTENANCE, REPAIR, AND MINOR CONSTRUCTION IN IDAHO,
MONTANA AND EASTERN WA SOL DACW67-00-R -- 0034 DUE 081500 POC Sharon
Gonzalez, 206-764-3635 WEB: Seattle District, Corps of Engineers,
Contracting Page, http://www.nws.usace.army mil/ct/. E-MAIL: Sharon
Gonzalez, Contract Specialist, sharon.j.gonzalez@usace.army.mil. 17.
DESCRIPTION: The Seattle District, Corps of Engineers is soliciting
proposals for Indefinite-Delivery, Indefinite-Quantity Multiple Award
Task Order Contracts (MATOC) for maintenance, repair, and minor
construction requirements in support of civil and military projects
located in Idaho, Montana, and Eastern Washington. The Government
intends to award 3 Contracts, 2 to 8(a) contractors under Request for
Proposal DACW67-00-R-0034, and 1 to a HUBZone concern being solicited
under DACW67-00-R-0035. As requirements develop Task Orders will be
issued on a competitive or sole source basis to the awardees of
referenced solicitations at the Government's option. Each contract will
include a Base Year and Four Option Periods. Maximum value of all work
awarded under the MATOCS will be limited to $10 million for the 8(a)
contracts and $5 million for the HUBZone over the life of the contracts
with a $100,000 minimum for the 1st year and $50,000 for each option
year per contractor. Task Order minimum and maximumlimits are $50,000
and $2,000,000 respectively. Competition for this procurement is
limited to eligible 8(a) firms located in the States of Washington,
Idaho, and Montana; and 8(a) participants in good standing, serviced by
a SBA office outside of these states, but having a Bona fide branch
office in Washington, Idaho, or Montana. A Bona fide branch office is
a place of business for purposes of 8(a) construction procurements
located where an 8(a) Participant regularly maintains an office which
employs at least one full-time individual within the appropriate
geographical boundary. This term does not include construction trailers
or other temporary construction sites. Standard Industrial Code (SIC)
is 1542 with size standard of $27.5 million. This Solicitation will be
issued as an Electronic Bid Set (EBS) on CD-Rom format only. EBS
CD-Rom disks with plans and specs will be available on or about
07/17/00 at no charge per set. EBS CD-Rom disks will be issued on a
first come, first served basis until supply is exhausted. No phone
requests accepted. Refer to RFP Number DACW67-00-R-0034 when ordering.
Requests must be in writing and be received before bid documents will
be mailed. Requests may be made by completing the web request form for
the solicitation listed at http://www.nws.usace.army.mil/cntrct, an
additional confirmation copy of your request need not be mailed. EBS
CD-Roms may be picked up from the Plans Room Monday thru Friday between
the hours of 7:30 a.m. and 3:30 p.m. THIS PROCUREMENT IS A 100% 8(A)
CONCERN SET-ASIDE. Posted 06/26/00 (W-SN468464). (0178) Loren Data Corp. http://www.ld.com (SYN# 0143 20000628\Z-0012.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|