Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2008 FBO #2424
SOLICITATION NOTICE

Y -- Presolicitation Notice for Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction, and design-build services at the Iowa National Guard.

Notice Date
7/14/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-08-R-0001
 
Response Due
7/29/2008
 
Archive Date
9/27/2008
 
Point of Contact
Renee Rausch, 515-252-4615
 
Small Business Set-Aside
Partial Small Business
 
Description
The USPFO for Iowa intends to issue a Request for Proposal (RFP) for an Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services at the Iowa Air National Guard Bases located at the Des Moines International Airport, Sioux City Gateway Airport, and the Fort Dodge Air Station. In addition, Camp Dodge and other Iowa Army National Guard Facilities within the State of Iowa will be included. 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 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 work will be in accordance with individual task order requirements, specifications and drawings provided with each project. Prospective contractors must be able to respond within 180 minutes (3 hours) in response to emergencies via the main office or a staffed satellite office. The MATOC will be an Indefinite-Delivery Type Contract awarded to at least 9 contractors per primary location to include the Des Moines International Airport, Sioux City Gateway Airport and the Fort Dodge Air Station. A minimum of five (5) awards per primary location will be made to small business concerns providing sufficient responsible qualified contractors present offers. All other awards will be unrestricted. Qualified Emerging Small Businesses (See FAR 19.1002 for definition) will be identified and resulting task orders within the ESB reserve (currently $30,000.00) 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 $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 may be awarded if funds are available. It is anticipated that the solicitation will be available on 29 July 2008. A Pre-proposal conference and site visits are scheduled for the following dates at the following locations: 05 Aug 2008 at Sioux City Air Base, CE Conference Room, 2920 Headquarters Ave, Sioux City, IA 51111-1300; 06 Aug 2008 at the Des Moines Air National Guard Base, CE Conference Room 3100 McKinley Ave, Des Moines, IA 50321-2720; 07 Aug 2008 at the Fort Dodge Air Station, 1649 Nelson Ave, Fort Dodge, IA 50501-8517. 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 28 Aug 2008. Actual dates and times will be identified in the solicitation All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://216.81.179.134/ebs/advertisedsolicitations.asp 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 solicitation and associated information minus the plans and specifications will be available from the EBS website http://216.81.179.134/ebs/advertisedsolicitations.asp All contractors and subcontractors interested in this project 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. 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 renee.rausch@us.army.mil or mark.lowell.thompson@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://216.81.179.134/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 an 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=df5c2d1dd45d16ca84c4946a2d6f9d65&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1824
 
Record
SN01612978-W 20080716/080714221528-df5c2d1dd45d16ca84c4946a2d6f9d65 (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.