SOLICITATION NOTICE
Y -- California National Guard - Central California Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
- Notice Date
- 5/11/2006
- Notice Type
- Solicitation Notice
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
- ZIP Code
- 93403-8104
- Solicitation Number
- W912LA-06-R-0009
- Response Due
- 6/15/2006
- Archive Date
- 8/14/2006
- Small Business Set-Aside
- Partial Small Business
- Description
- The USPFO for California intends to issue a Request for Proposal (RFP) to for a Central California Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for maintenance, repair, construction and design-build servic es at National Guard properties in Central California. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lightin g, fire and intrusion alarms, communications, 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 24 hours in response to emerg encies. 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 made to Section 8a and Certified HUBZONE Small business conce rns and a minimum of three (3) awards will be made to Emerging Small Business concerns, providing sufficient qualified contractors present offers. All other awards will be unrestricted and are being made pursuant to the Small Business Competitiveness Demon stration Program, FAR 19.1007(a)(2)). Qualified Emerging Small Businesses (See FAR 19.1002 for definition) will be identified and resulting task orders within the ESB reserve (currently $25,000.00) will be set-aside for exclusive participation by ESB MATOC contract awardees. The North American Industry Classification System (NAICS) code for this work is 236 and 237. The small business size standard is $31,000,000 average annual revenue for the previous three years. All responsible firms may submit an offer. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. These anticipated 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. Task Orders will range from $2,000.00 to $3,000,000.00 plus. The total of individual task orders placed against this contract shall not exceed $20,000,000 to any one con tractor. The selection process will be conducted in accordance with FAR Part 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 pas t performance and technical proposal and a price proposal for 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 a vailable. It is anticipated that the final solicitation will be available May 16, 2006. A Pre-proposal conference and site visit is scheduled for 9:00 a.m., Wednesday, May 17, 2006. Details for registering for the conference will be available in the solici tation Section 00100 of the RFP. Interested contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation, prior to attending. The solicitation closing date is scheduled for on-or-about Thur sday, June 15, 2006, at 3:00 p.m. Actual closing date and time will be identified in the solicitation and amendments. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www .nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. Interested offerors must be registered in the DOD Central Contractor Registration (CC R) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their Representations and Certifications on-line at http://orca.bpn.go v. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. All contractors and subcontractors interested in this project must register at this site. The plans and specifica tions will be available only from the Federal Technical Data Solution (FedTeDS) website on-line at https://www.fedteds.gov/. A link to this site can be found under Plans at the solicitation website. No telephone requests will be accepted. For security reas ons all potential offerors, plan rooms and printing companies are required to register in the Central Contractors Registration (CCR) and the Federal Technical Data Solution (FedTeDS) in order to view or download the plans or drawings from the web site. Th is solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions to mike.mitchell@us.army.mil. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.nationalgu ardcontracting.org/Ebs/AdvertisedSolicitations.asp for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendme nts to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Gov ernment will issue no paper copies.
- Place of Performance
- Address: USPFO for California P.O. Box 8104 San Luis Obispo CA
- Zip Code: 93403-8104
- Country: US
- Zip Code: 93403-8104
- Record
- SN01046427-W 20060513/060511220928 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |