SOLICITATION NOTICE
Y -- Multiple Award Best Value Construction Task Order Contract (MATOC)for Ohio.
- Notice Date
- 3/8/2005
- Notice Type
- Solicitation Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- 180 FW/LGC, Base Contracting Office, 2660 South Eber Road, Swanton, OH 43558-9645
- ZIP Code
- 43558-9645
- Solicitation Number
- W9136405R0010
- Response Due
- 5/16/2005
- Archive Date
- 7/15/2005
- Small Business Set-Aside
- Partial HUB-Zone
- Description
- The 180th Fighter Wing, Base Contracting Office is soliciting proposals from General Contractors only for multiple award, multiple discipline, and multiple-year maintenance, and repair, alteration, demolition and construction contracts to support the Ohio National Guard (Statewide) Multiple Award Best Value Construction Task Order Contract (MATOC). Work to be performed at various Army and Air National Guard locations Statewide. Work includes, but is not limited to, new construction, facility alteratio n, renovation and modernization, mechanical (HVAC), plumbing, electrical, roofing, interior wall construction and relocation, interior and exterior painting and refinishing, fire suppression and protection systems, work on hangars, overhead doors, concrete /asphalt paving, demolition, and design-build in accordance with Task Order requirements, specifications, default technical specifications, drawings, and/or statements of work (SOW) provided with each individual Task Order Request for Proposal (TORFP). The se will be multi-disciplined contracts consisting of a Base Award Period of two calendar years, and 3 one-year option periods. Total contract period, including options, shall not exceed five (5) calendar years. The total of individual task orders placed a gainst this contract shall not exceed $20,000,000 to any one contractor over the life of the contract including exercised options. The following North American Industrial Classification System (NIACS) codes are applicable to this procurement: 236, and 237 , and the Small Business Size Standard is $28.5 million annual average gross revenues for the past three (3) years. The Government intends to award a minimum of twelve individual MATOC contracts, providing sufficient qualified contractors present offers. A minimum of four awards will be set-aside for Emerging Small Business (FAR 19.1002) and at least four awards will be made to 8(a) and/or HUBZONE and/or Service Disabled Veteran Business qualified contractors, providing sufficient qualified contractors pres ent offers. All other awards will be unrestricted and are being made pursuant to the Small Business Competitiveness Demonstration Program (FAR 19.10). All information, amendments and questions concerning this solicitation will be electronically posted at http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp Source selection procedures in accordance with FAR Part 15 shall be utilized for the basic MATOC awards. Awards will be made to offerors whose proposals, responsive and conforming to the RFP, are determined to be most advantageous to the Government in term s of Technical, Price and other factors considered. Significant evaluation criteria for the basic contract in descending order of importance are (1) Current/Present and Past Performance; (2) Technical; and (3) Price Proposal(s) for the Prototypical Project (s). All contractors interested must be registered in the Central Registration database (www.ccr.gov) to be eligible for award. All responsible sources may submit a proposal, which shall be considered. A Small Business subcontracting plan will be required if the contractor is a large business and must be submitted with the offer. Interested parties may download a copy of the Request for Proposal (RFP) by registering at Internet site: http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. Y ou must refer to RFP No. W91364-05-R-0010. No telephone requests will be accepted; a hard copy will not be issued. NOTIFICATIONS OF ANY CHANGES TO THIS SOLICITATION (AMENDMENTS) SHALL BE MADE ON THE INTERNET only via Solicitation Amendment. It is the offer 's responsibility to check the web-site address daily for any posted changes to the solicitation or its' plans and specifications. Any changes to the solicitation release date, pre-proposal meeting, or proposal due date will be posted only on the web page. A pre-proposal conference is tentatively scheduled for 31 March 2005 at 1:00 PM, EDT . Contractors interested in attending the pre-proposal conference should be prepared to submit, in writing, any questions to be addressed at the time of the conference, but may submit questions, in writing, to the Contracting Officer before the conference as well. The solicitation will be available 17 calendar days after publication in the CBD. The solicitation is anticipated to be available on 25 March 2005. Written proposals must be submitted to SMSgt Cindy Martin at the following address: 180th FW/MSC, Bldg 105, 2660 S. Eber Road, Swanton, Ohio 43558-9645. Proposals will be due not later than (NLT) 11:00 AM on May 16, 2005; and must reference the solicitation number on the outside of the package. This solicitation is not a competitive bid and there will not be a formal public bid opening.
- Place of Performance
- Address: 180 FW/MSC Base Contracting Office, 2660 South Eber Road Swanton OH
- Zip Code: 43558-9645
- Country: US
- Zip Code: 43558-9645
- Record
- SN00764737-W 20050310/050308212416 (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 |