Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2003 FBO #0486
MODIFICATION

Z -- Multiple Award Task Order Contract (MATOC) for construction services

Notice Date
3/29/2003
 
Notice Type
Modification
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
DAHA35-03-R-0003
 
Response Due
6/4/2003
 
Archive Date
8/3/2003
 
Point of Contact
jody trigg, 503-584-3773
 
E-Mail Address
Email your questions to USPFO for Oregon
(jody.owens@or.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a final synopsis for the Oregon Air National Guard located at the Portland Air National Guard Base, (ANG) (AFRC) Portland, OR and Camp Rilea in Warrenton, OR is contemplating the award of Best Value Construction Indefinite Delivery-Indefinite Quant ity (IDIQ) Multiple Award Task Order Contract (MATOC) for maintenance, repair, construction and design-build services. Work will be performed in accordance with plans and technical specifications provided with each project or default specifications. Prosp ective contractors must be able to respond within 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. Contractors will be required to submit a price, past performance and technical proposal for evaluation. R equirements for submission will be explained in the solicitation. These will be multi-disciplined contracts consisting of an anticipated Base Award Period of two (2) calendar year and three (3) one-year option periods to be exercised at the discretion of the Government. Total contract period, to include options shall not exceed five (5) calendar years. The cumulative task order contract amount shall not exceed 20M dollars and no one contractor shall be awarded more than 6M dollars for the life of the cont ract. Delivery Order minimum is $2K and maximum is $2M. FSC Code Z119, SIC Code 1542, NIACS Code 233 and 234. The Government intends to award a minimum of seven (7) individual MATOC contracts, providing sufficient qualified contractors present offers. A minimum of two (2) awards will be set aside for Emerging Small Business (See FAR 19.1002 for definition) providing sufficient contractors present offers. At least two (2) awards will be made to 8a and/or HUBZONE qualified contractors, providing sufficient qualified contractors present offers. All other awards will be unrestricted and are being made pursuant to the Small Business Competitiveness Demonstration program (ref. FAR 19.1007(a)(2)). Small Business size standard is $28.5M averaged over a three y ear period. Prospective offerors must submit a proposal for the prototypical project to be considered for award. The prototypical project will be used to evaluate the contractor?s price proposal and portions of the technical proposal and may be awarded if funds are available. Source selection procedures shall be in accordance with FAR 15.3 for the selection of the basic contracts. The RFP solicitation and prototypical project will be available April 24, 2003. The solicitation package will be issued via t he web only. All amendments, site visit minutes and questions will be posted on the web. There is no charge for the plans and specifications, which will be available at the following internet site http://www.nationalguardcontracting.org/Ebs/AdvertisedSolic itations.asp. Perspective offerors must register at the web site. All subcontractors interested in this project should register at the site. Source Selection procedures will be used to evaluate offers. Evaluation factors include Price, past Performance an d Technical requirements. Awards will be made to offerors whose proposals, are responsive and conforming to the RFP and are determined to be most advantageous to the Government in terms of technical, price and other related factors considered. Condition o f award is for the contractor to be CCR registered. If you have any questions concerning this procurement you are encouraged to call the contracting office at (503) 584-3929. Due date for The Request for Proposal (RFP) is June 4, 2003 to the USPFO for Oreg on, ATTN: USPFO-P, 1776 Militia Way SE, PO Box 14350, Salem, OR 97309-5047. There will be a site visit and pre-proposal conference on May 13, 2003 at 1000 at the Portland Air National Guard Base, Portland, OR. For questions concerning site visit and securi ty measures, contact Tab at (503) 335-4460.
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14350 Salem OR
Zip Code: 97309-5008
Country: US
 
Record
SN00291108-W 20030331/030329213117 (fbodaily.com)
 
Source
FedBizOpps.gov 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.