Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
MODIFICATION

56 -- The USPFO for Tennessee intends to issue a Request for Proposal (RFP) for a MATOC for design-bid-build, design-build construction services, and Task orders, for a broad range of military renovation and construction projects.

Notice Date
11/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-10-R-0001
 
Response Due
1/5/2010
 
Archive Date
3/6/2010
 
Point of Contact
thover333, 6153132658
 
E-Mail Address
USPFO for Tennessee
(terri.hover@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Services, non-personal to provide for all labor, transportation, materials, tools, equipment appliances and supervisions necessary to construct a project for the Tennessee Air National Guard, McGhee Tyson Air National Guard Base, Tennessee The USPFO for Tennessee intends to issue a Request for Proposal (RFP) for a Construction Multiple-Award Task Order Contract (MATOC) for design-bid-build, design-build construction services, and Task orders, for a broad range of military renovation and construction projects in support of National Guard and any other Federal agency. The place of performance will typically be located on military installations. Task Orders will include, but are not limited to, interior and exterior renovations, construction, repair and maintenance projects but may also include Military Construction (MILCON) projects involving a variety of trades, e.g. heating and air-conditioning, HVAC controls, plumbing, domestic water & sanitary sewer systems, fire suppression, electrical, fire and intrusion alarms, communications, utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, limited environmental remediation, surveys, studies, demolition of facilities., and other related work. All will be in accordance with individual task order requirements, specifications, and drawings provided with each project or master specifications. A Prototypical Project will be awarded from the MATOC Solicitation to a General Contractor, Project No. PSXE052005. The Tennessee Air National Guard and the USPFO for Tennessee intends to Request a Proposal for a single, firm fixed-price, contract for the construction of 2,000 SF Petroleum, Oil, & Lubricants (P.O.L) Operations Facility for the Air National Guard at McGhee Tyson ANG Base, Tennessee. The pricing for which will be used for two purposes. The first purpose will be to award the prototypical project. The second purpose will be to evaluate proposals in order to be an approved MATOC contractor. The magnitude of construction for the prototypical project is between $500,000 and $1,000,000. The total construction performance period is 210 days after receipt of Notice to Proceed. The solicitation issue date is on/about November 23, 2009. The date for the pre-proposal conference is TBA at the Civil Engineering Building, McGhee Tyson ANG Base, TN 37777. Actual dates and times will be identified in the solicitation. The North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction and the Size Standard for Small Businesses is $33.5 million average annual receipts. The North American Industry Classification System (NAICS) Code is 237990 Other Heavy and Civil Engineering Construction is $33.5 million average annual receipts for the previous three (3) years. Both action s are being solicited as Total Small Business Set-Aside procurements. The initial Prototypical Project task order may include options. The acquisition strategy to be used in awarding this requirement shall be the Best Value to the government. Evaluation factors include Price and Past Performance where Price and Past Performance are equal in value. The solicitation package will be issued via the web only. All amendments, site visit minutes and questions will be posted on the web. There is no charge for the technical and engineering data related to this solicitation, which will be available through the following internet site: http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at the site. For security reasons, all potential offerors, plan rooms and printing companies are required to register in the Central Contractor Registration (CCR), http://www.ccr.gov/ and all technical and engineering data related to this solicitation will be distributed using Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Please reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. A link to this site can be found under Plans at the solicitation website. 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 prior 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 page. All inquiries must be in writing, preferably via email to the person specified in the solicitation. All answers will be provided in writing via posting to the web. Task Order: Prospective contractor(s) must be able to respond within 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. This acquisition is being restricted as a Total Small Business Set-Aside. The life of the basic contract is for a base period of three (3) years with two (2) one-year option periods. The task order range will be not be less than $2,000.00 and not more than $3,000,000.00. The pool size (number of contracts that may be awarded) shall be a minimum of nine (9) contracts but not more than twenty (20) qualified contractors. The evaluation to be used in awarding this requirement shall be the Best Value to the government. Evaluation factors include Price and Past Performance where Price and Past Performance are equal in value. The order limitation of task orders, to include the Prototypical Project task order that will be used for evaluation purposes and award of the initial contract(s), shall range from $500,000.00 to $1,000,000. All successful offerors will be awarded a fee of $200.00 in accordance with NGFAR 16.5 Scope and subpart. Task orders issued under this MATOC will be firm-fixed price. All responsible firms may submit an offer. Award will be made in accordance with FAR Part 15 and to those Offerors whose technical submittal, past performance, and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation based on the Prototypical Project. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Note: The Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov and register for Online Representations and Certifications Application (ORCA) http://www.bpn.gov/. After completing CCR, contractors and their subcontractors must register at www.fbo.gov in order to download RFP documents. In order to locate this solicitation, Contractors can go to : http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp and search for the solicitation number. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-10-R-0001/listing.html)
 
Place of Performance
Address: USPFO for Tennessee P.O. Box 40748, Nashville TN
Zip Code: 37204-0748
 
Record
SN02002217-W 20091112/091111000448-ec023818a9c90c5760d5b71c2ce335e6 (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.