SOLICITATION NOTICE
Y -- The USP&FO is seeking responses for a Multiple Award IDIQMultiple Award Task Order Design Bid Build Contract.
- Notice Date
- 10/17/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Arkansas, Camp Robinson, North Little Rock, AR 72199-9600
- ZIP Code
- 72199-9600
- Solicitation Number
- W912JF08-R-0001
- Response Due
- 12/15/2007
- Archive Date
- 2/22/2008
- Point of Contact
- timothy pighee, 501-212-4401
- E-Mail Address
-
USPFO for Arkansas
(tim.pighee@ar.ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The USPFO for Arkansas intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services at the A ir National Guard, Ft. Smith Arkansas and Air national Guard at the Little Rock Air Force Base. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, int erior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new fa cilities, 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 res pond within a minimum of 2 hours in response to emergencies via the main office or a staffed satellite office. The government anticipates award of a minimum of nine (9) individual MATOC contracts, providing sufficient qualified contractors to present offer s. A minimum of two (2) awards will be made to Section 8a and Certified HUBZONE Small business concerns and Service Disabled Veteran Owned Business (SDVOB) concerns, providing sufficient qualified contractors present offers. All other awards will be unres tricted and are being made pursuant to the Small Business Competitiveness Demonstration 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 (c urrently $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 236220 and 237990. The small business size standard is $31.0 million 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 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 exceed $10,000,000.00 to any one contractor. The selection process will be conducted in accordance with FAR Part 15 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 and technical proposal and a price proposal for the prototypical project to be considered for award. The prototypical project will be used to evaluate t he 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/about 20 November 2007 . A Pre-proposal conference and site visit is scheduled for 31 October 2 007 at 10:00AM at the 188th FW, 4850 Leigh Avenue, Ft Smith, Arkansas, in the classroom of Bldg 500 and November 1st at 10:00AM at the 189AW, 101 CMS Williams Dr, Little Rock Air Force Base, Arkansas 72099, in the classroom of Bldg 101. Interested contract ors are encouraged to attend and should contact Sonya Trentham at 479-573-5258 or sonya.trentham@arftsm.ang.af.mil for the Ft. Smith location and Eddie Porter at 501-987-6062 or edward.porter@arlitt.ang.af.mil for the Little Rock Air Force Base location in order to enter each facility. The solicitation closing date is scheduled for on/about 15 December 2007. Actual dates and times will be identified in the solici tation. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.selfridgecontracting.com/Ebs/AdvertisedSolicitations.asp or by calling Timothy Pighee at 501-212-4401 or e-ma il tiim.pighee@ar.ngb.army.mil. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2 423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) we bsite. The solicitation and associated information minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this pro ject must register at this site. The plans and specifications 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 reasons 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. This 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. A ll 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 tim.pighee@are.ngb.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.national guardcontracting.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 amen dments 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. T he Government will issue no paper copies. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-OCT-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-FEB-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/NGB/DAHA03/W912JF08-R-0001/listing.html)
- Place of Performance
- Address: USPFO for Arkansas Camp Robinson, North Little Rock AR
- Zip Code: 72199-9600
- Country: US
- Zip Code: 72199-9600
- Record
- SN01510793-F 20080217/080215233910 (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 |