Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contract (MATOC) for the Missouri National Guard, Statewide

Notice Date
5/22/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Missouri, USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-08-R-0003
 
Response Due
7/11/2008
 
Point of Contact
Kerrey Renkemeyer, 573-638-9550
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Missouri intends to issue a Request for Proposal (RFP) for a Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for maintenance, repair, construction and design-build services at Jefferson Barracks, Lambert IAP, Kingshighway Reserve Center, all in St. Louis, MO; Rosecrans MAP, St. Joseph, MO; Canon Range, Fort Leonard Wood; Wappappello Training Site, Poplar Bluff, MO; Whiteman AFB, Camp Clark Training Site, Nevada, MO; and Camp Crowder Training Site, Neosho, MO. 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, 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 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. The government anticipates award of a minimum of 10 individual MATOC contracts, providing sufficient qualified contractors present offers. A minimum of two 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 unrestricted and are being made pursuant to the Small Business Competitiveness Demonstration Program, FAR 19.1007(a)(2)). Qualified Emerging Small Business (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 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. These anticipated contracts will consist of a Base Award Period of two 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 individual task orders placed against this contract shall not exceed $20,000,000.00 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 the price proposal and portions of the technical proposal and be awarded if funds are available. It is anticipated that the solicitation will be available June 11, 2008. A preproposal conference and site visit will be scheduled for the different locations and details on the time and date for each location will be available in the solicitation. Interested Contractors need only to attend one of the pre-proposal conferences. Details for registering for the conference will be available in the solicitation Section 00100. 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. The solicitation closing date is scheduled for on-or-about July 11, 2008. Actual dates and times will be identified in the solicitation. All information, amendments, and questions concerning this solicitation and the solicitation itself will be electronically posted at http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at this site.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 1-888-227-2423. 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) website. 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 solcitation website. No relephone requests will be accepted. For security reasons all potiential offerors, plan rooms, and printing companies are required to register in the Central Contractor's 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 inquires must be in writing, preferable via email to kerrey.renkemeyer@us.army.mil. All answers will be provide in writing via posting to the web. DISCLAIMER: The official plans and specifications 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.nationalguardcontracting.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 amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for any offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c28001fa20fdd415d74fc655cd6528f9&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
 
Record
SN01579194-W 20080524/080522220431-c28001fa20fdd415d74fc655cd6528f9 (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 |
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.