Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2004 FBO #0920
SOLICITATION NOTICE

Z -- Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contract (TOC) for the Army and Air National Guard for the state of Georgia.

Notice Date
6/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM-04-R-0014
 
Response Due
7/30/2004
 
Archive Date
9/28/2004
 
Point of Contact
Oliver Gills, 404-624-6206
 
E-Mail Address
Email your questions to USPFO for Georgia
(Oliver.gills@ga.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The USPFO for Georgia is soliciting competitive proposals for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for maintenance, repair, construction and design-build services for the Georgia Army and Air National Guard. Typical work includes, but is not limited to; interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, com munications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities, surveys, studies, design-build and other related work. All will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. Prospective contractors must be able to respond within 120 minutes (2 Hours) in response to emergencies via the mai n office or a staffed satellite office. The government anticipates award of a minimum of seven (7) individual MATOC contracts, providing sufficient qualified contractors to present offers. A minimum of three (3) awards will be set aside for Emerging Smal l Business (See FAR 19.1002 for definition) providing sufficient contractors to present offers. At least three (3) awards will be made to 8a and/or HUBZONE qualified contractors, providing sufficient qualified contractors to present offers. All other awa rds will be unrestricted and are being made pursuant to the Small Business Competiveness Demonstration program (ref. FAR 19.1007(a)(2). The applicable codes are: FSC Code - Z119, SIC Code - 1542, NAICS Code - 236 and 237 and the corresponding size standa rd is $28,500,000.00 average annual receipts over the last three fiscal years. These anticipated contracts will consist of a Base Award Period of two (2) calendar years, and 3 one-year option periods. Total contract period, to include options shall not e xceed five (5) calendar years. Delivery Orders will range from $2,000.00 to $3,000,000.00. The total of individual task orders placed against this contract shall not exceed $20,000,000.00. The selection process will be conducted in accordance with FAR P art 15.3 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Prototypical Project. Prospective offerors must submit a written past performance, technical proposal, and a price proposal for th e the prototypical project to be considered for award. The prototypical project will be used to evaluate the price proposal and portions of the technical proposal and may be awarded if funds are available. It is anticipated that the solicitation will be available on or about 30 June 2004. A Pre-proposal conference and site visit will be scheduled after release of the solicitation. Actual dates and times will be identified in the solicitation. Interested contractors are encouraged to attend and should r egister in accordance with the specifications to be provided in the solicitation, prior to attending for clearance to the facility. All information, amendments and questions concerning this solicitation will be electronically post at the following web pag e: http://www.nationalguardcontracting.org. This will normally be the only method of distributing amendments; therefore, it is the offeror's responsibility to chech the web site periodically for any amendments to this solicitation. Web sites are occasion ally inaccessible due to maintenance activities. The government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. For security reasons, all potential offeror s, plan rooms and printing companies are required to register in the Central Contractor Registration (CCR), http://www.ccr.gov and the Federal Technical Data So lution (FedTeds) http://www.fedteds.gov in order to view or download plans and specifications for the prototypical project. If you have any questions concerning this procurement please send them to Oliver Gills, fax is 678/569-6208, or email Oliver.gills@ ga.ngb.army.mil. Answers will be posted to the web site above. The solicitation will be released on or about 30 June 2004. Proposals will be due on or about 30 Jul 2004 to the USPFO for Georgia, 935 E. Confederate Ave SE, Atlanta, Georgia 30316, Bldg 3, Room 141.
 
Place of Performance
Address: USPFO for Georgia P.O. Box 17882, Atlanta GA
Zip Code: 30316-0882
Country: US
 
Record
SN00595321-W 20040603/040601211954 (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.