Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2010 FBO #3012
SOURCES SOUGHT

Z -- SOURCES SOUGHT -- Multiple Area Task Order Indefinite Delivery Indefinite Quantity Contract, Kingsley Field Air National Guard Base, Klamath Falls, Oregon

Notice Date
2/20/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-10-R-0002
 
Response Due
3/21/2010
 
Archive Date
5/20/2010
 
Point of Contact
Jody Owens, 503-584-3773
 
E-Mail Address
USPFO for Oregon
(jody.owens@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
MULTIPLE AREA TASK ORDER CONTRACT (MATOC) SOURCES SOUGHT. The purpose of this sources sought is to gain knowledge of potential businesses and their socio economical status within 120 minutes of the Kingsley Field Air National Guard Base, Klamath Falls, Oregon. THIS IS A SOURCES SOUGHT NOTICE ONLY. The sources sought does not constitute an Invitation for Bids, Request for Proposals, nor a Request for Quotations, and is not to be construed as a commitment by the government to issue an contract or otherwise pay for the information solicited. The USPFO for Oregon is issuing this sources sought notice to identify potential small, bondable and experienced prime contractors that are capable of acting as prime contractors for an Indefinite Delivery, Indefinite Quantity Multiple Task Order Contract for Design Bid Build and Design Build construction projects in support of on going requirements for construction, alterations, and repairs of US Government facilities, structures and other real property located on the Kingsely Field Air National Guard Base, Klamath Falls, Oregon. Type of work include, but are not limited to: heating, ventilation, and air-conditioning (HVAC) systems and components; plumbing, fire suppression systems; interior and exterior electrical and lighting; fire and intrusion alarm systems; communication systems; limited utilities; site-work; landscaping; fencing; masonry; roofing repair and new installation, concrete and asphalt paving; storm drainage systems, environmental remediation; construction of new facilities; site surveys and studies; design and construct design-build services; airfield paving; painting; refrigeration systems, asbestos and lead paint removal; demolition and other related work. A MATOC is an Indefinite Delivery, Indefinite Quantity contract for construction services with multiple awardees. Actual work is awarded through the issuance of task orders. Multiple awardees generally compete with each other for task orders. There are some exceptions to this rule, whereby competition may be reduced or task orders are issued non-competitively to one contract holder. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual task orders awarded for individual projects that will be performed in accordance with individual task order requirements, specification and drawings or with the set of master specifications issued with the successful offerors Task Order Contract. Prospective contractors SHALL BE ABLE TO RESPOND WITHIN 120 minutes (2 hours) of the Kingsley Field Air National Guard base in order to respond to emergencies. 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 North American Industry Classification System (NAICS) code for this work is 236220 and 237990. The small business size standard is $33.5 million average annual revenue averaged over the previous three years. 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 the Prototypical Project. The solicitation will be issued on or about April 15, 2010 on the Federal Business Opportunities website at https://www.fbo.gov/. Solicitation, Pre-proposal conference and site visit information will be posted at this time. Interested bondable small businesses having the skills and capabilities necessary to perform the stated requirements are invited to submit (1) positive statement of intention to submit a proposal as a prime contractor; (2) a completed and signed Sources Sought Information Request Form (see form attached) that includes an attachment with the following information listed (a) a submittal of three references of similar work that your firm has performed within the last 3-5 years (b) The type of project, dollar value of the project, contract number, location of work, point of contact for contract administering office and (c) Indication of whether your firm was the prime contractor or subcontractor. The additional information or attachment required per the Sources Sought Information Request Form shall be typewritten and shall not exceed five (5) pages. All interested small business concerns shall provide the previously listed information to the Contracting Officer (Jody Owens) at jody.owens@us.army.mil no later than 10PM local standard time on March 21, 2010. No facsimile or mailed responses will be honored. In the event adequate Small Business contractors are not available for adequate competition for this project, it will be advertised as unrestricted. THIS IS A SOURCES SOUGHT NOTICE ONLY. The sources sought does not constitute an Invitation for Bids, Request for Proposals, nor a Request for Quotations, and is not to be construed as a commitment by the government to issue an contract or otherwise pay for the information solicited. No further information is available from the USPFO for Oregon or from the Kingsley Field Air National Guard base. The government may or may not issue solicitation documents as a result of this sources sought notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-10-R-0002/listing.html)
 
Place of Performance
Address: Oregon Air National Guard 221 Wagner Street, Kingsley Field ANG Base Klamath Falls OR
Zip Code: 97603
 
Record
SN02070582-W 20100222/100220233031-ddef8845c3d7e3354c2e66cbf1366c57 (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.