Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

Y -- Design Build MATOC to support the NPS Intermountain Region primarily for the states of Colorado and Utah, but could be used for Texas, Oklahoma, New Mexico, Arizona, Wyoming and Montana.

Notice Date
4/17/2009
 
Notice Type
Presolicitation
 
Contracting Office
IMR - Denver National Park Service12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N1244090510
 
Archive Date
4/17/2010
 
Point of Contact
Pamela L. Kaelin Contract Specialist 3039876767 pamela_kaelin@nps.gov;<br />
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This announcement serves as the pre-solicitation notice for a Design Build (D/B) Construction Services Multiple Award Task Order Contract (MATOC) to support the National Park Service, Intermountain Region. This contract will primarily consist of design build or construction only projects in the states of Colorado and Utah, but could be used for projects in the remaining Intermountain Region states of Texas, New Mexico, Oklahoma, Arizona, Wyoming, and Montana. The projects can be Design Build or Construction Only. THE SOLICITATION IS SET ASIDE FOR HUBZONE CERTIFIED BUSINESSES ONLY. Offers will NOT be accepted from businesses that are not certified Hubzone Concerns. The total combined contract capacity under the umbrella contract is valued at $100 million dollars. There is a $20 million dollar umbrella for the base year and a $20 million umbrella for each option year should the options be exercised. The contract will be for a one year base with four one-year option periods for a total of five years. Up to Five (5) contracts can be awarded under this umbrella contract. For the first year, the Government hereby obligates itself to obtain not less than $2,000.00 in services, and $2,000 for each option year exercised. Task orders will be awarded on a Lump Sum basis. The minimum order is $2,000 and the maximum order is $3,000,000. Task orders will generally range between $200,000 to $600,000. Each task order will be competed between the up to five (5) successful offerors. Competition will be based on "Best Value" or Low Price. Each task order will be awarded pursuant to FAR 16.505, and in accordance with the provisions contained within the American Recovery and Reinvestment Act of 2009. The general scopes of the task orders include any of the following: new building/structure construction, building renovation, rehabilitation, repair, remodeling and historical preservation, HVAC, plumbing, and electrical replacement/upgrades, trail construction and repair work, energy-saving upgrades, rodent proofing and feces cleanup, roofing, painting, road construction or repair work, all types of building/facilities demolition, building debris type removal, structural repairs, site work around building construction, site restoration and rehabilitation, landscaping, parking lots, storm water/drainage, site work associated with Campgrounds and Picnic Facilities expansion, construction or rehabilitation, geotechnical work, instrumentation, utility (Water, Wastewater, Electrical, Gas, IT, Telecommunications, etc.) installation/replacement or extensions, paving, equipment upgrades, landscaping, security and fire alarm systems, fire suppression systems, lead paint removal, PCB (Polychlorinated Biphenyl) mitigation, HTRW (Hazardous Toxic Radioactive Waste) removal, and asbestos abatement and the design associated with all of the various aforementioned tasks. All designs shall be completed and stamped by registered design professionals, registered in the state in which the project is located and shall meet local, state, and federal regulations. The NAICS for this acquisition is 236220, with a size standard of $33.5 Million Dollars. Up to Five (5) contracts will be awarded to the most highly qualified offerors. A seed task order will be used to evaluate the technical approach submission criteria. The evaluation factors in order of importance will be Past Experience (Prime and Design Firm subcontractor), Past Performance (Prime and Design Firm subcontractor) and the Technical Approach. When combined, the Technical Proposals will be more important than price. The proposal offering the best value for the seed task order will recieve the award for the first task order. The solicitation will be issued on or about 5 May 2009 and proposals will be due on or about 9 June 2009 and award is anticipated by July 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7788beba327650314ac7d1ae9d9c3277&tab=core&_cview=1)
 
Place of Performance
Address: Primarily for the states of Colorado and Utah, but could be used for Texas, Oklahoma, New Mexico, Arizona, Wyoming and Montana.<br />
Zip Code: 80228<br />
 
Record
SN01796125-W 20090419/090417220601-7788beba327650314ac7d1ae9d9c3277 (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.