SOLICITATION NOTICE
Z -- MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR THE DISTRICT OF COLUMBIA AND THE MARYLAND NATIONAL GUARD
- Notice Date
- 2/1/2005
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 113 WG/LGC (DCANG), 3252 East Perimeter Road, Room 217, Andrews AFB, MD 20762-5011
- ZIP Code
- 20762-5011
- Solicitation Number
- W912R1-05-R-0002
- Response Due
- 3/18/2005
- Archive Date
- 5/17/2005
- Small Business Set-Aside
- Partial Small Business
- Description
- The District of Columbia and Maryland National Guard are soliciting competitive proposals for Indefinite Delivery- Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for construction projects in support of the Capitol Region and N ational Guard locations in Maryland. Work includes, but is not limited to, facility alteration, renovation and modernization, mechanical, HVAC, plumbing, electrical, roofing, interior wall construction and relocation, interior and exterior painting and re finishing, fire suppression and protection systems, work on hangers, overhead doors, incidental concrete/asphalt paving, demolition and design build and modified design build in accordance with delivery order requirements, specifications and drawings provi ded with each project or master specifications. The source selection process will be conducted in accordance with FAR Part 15.3 and DFAR 215.3, source selection procedures. These contracts will consist of a Base Award Period of two (2) calendar years, and three (3) one-year option periods. Total contract period, to include options, shall not exceed 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 e xceed $20,000,000.00 to any one contractor. The applicable SIC Code is 1542, North American Industry Classification System (NAICS) Code is 236220 and the Size Standard for Small Businesses is $28.5 million annual receipt for the past 3 years. The governm ent intends to award a minimum of nine (9) individual MATOC contracts, providing sufficient qualified contractors present offers. A minimum of three (3) awards will be set-aside for Emerging Small Business (See FAR 19.1002 for definition) providing suffic ient qualified contractors present offers and two (2) awards will be made to 8(a), HUBZone and/or Service-Disabled Veteran Owned qualified contractors providing sufficient qualified contractors present offers. All other awards will be unrestricted and ar e being made pursuant to the Small Business Competitiveness Demonstration Program, FAR 19.1007(a)(2)). A Small Business subcontracting plan will be required if the offeror is a large business and must be submitted with offer. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of Prototypical Project. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the prototypical project to be considered for award. The prototypica l project will be used to evaluate the price proposal and portions of the technical proposal. It is anticipated that the solicitation will be available for distribution on or about 15 February 2005. A site visit and Pre-proposal conference is scheduled fo r on or about 24 February 2005 Actual dates and times will be identified in the solicitation. Interested contractors are encouraged to attend and should register in accordance with the requirements 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 posted at the following web page: http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp For security reasons, all potential offerors, plan rooms and printing companies are required to register in the Central Contractor Registration (CCR), http://www.ccr.gov/ and the Federal Technical Data Solution (FedTeDS) https://www.fedteds.gov in orde r to view or download the plans or drawings for the seed projects from the web site. No telephone requests will be accepted. This solicitation is not a competitive bid and there will not be a formal public bid opening. Point of contact is Steven Slagle e mail address: steven.slagle@dcandr.ang.af.mil
- Place of Performance
- Address: 113 WG/LGC (DCANG) 3252 East Perimeter Road, Room 217, Andrews AFB MD
- Zip Code: 20762-5011
- Country: US
- Zip Code: 20762-5011
- Record
- SN00743573-W 20050203/050201212114 (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 |