Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOLICITATION NOTICE

Z -- Multiple Award Task Order Contract (MATOC)

Notice Date
4/19/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Minnesota, Camp Ripley, 15000 Highway 115, Little Falls, MN 56345-4173
 
ZIP Code
56345-4173
 
Solicitation Number
W912LM-10-R-0003
 
Response Due
5/25/2010
 
Archive Date
7/24/2010
 
Point of Contact
Colleen Dalquist, 320.616.2751
 
E-Mail Address
USPFO for Minnesota
(colleen.dalquist@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Minnesota National Guard and the USPFO for Minnesota intends to issue a Request For Proposal (RFP) to award a minimum of six (6) Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services in the Duluth, MN Metro area (including the 148th Fighter Wing). 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 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 react within 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. This project is set aside for Small Businesses. The North American Industry Classification System (NAICS), code(s) for the MATOCs will be 236220 and 237990. The small business size standard will be $33.5 million average annual revenue for the previous three years. Total contract period for each MATOC, to include all options, shall not exceed five (5) calendar years. Delivery Orders will range in value from $2,000.00 to $3,000,000.00. The total of individual task orders placed against a MATOC shall not exceed $20,000,000.00 to any one contractor. Source Selection procedures will be utilized to determine awardees. Your attention is directed to FAR CLAUSE 52.219-14 (b)(4) LIMITATIONS ON SUBCONTRACTING which states By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees applies to these projects. The tentative date for issuing the solicitation is on-or about 26 April 2010. The tentative date for the pre-bid conference is on-or about May 6, 2010, 10:00AM local time at the 148th Fighter Wing, Duluth Air National Guard Base, Duluth, MN. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference for the prototypical project. All questions must be submitted by 18 May 2010 via email (preferred) to colleen.m.moore@us.army.mil AND colleen.dalquist@us.army.mil or fax (320) 632-7799. The proposal due date is scheduled for on-or about 26 May 2010. Actual dates and times will be identified in the solicitation. 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, plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.fbo.gov/ 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 not issue paper copies. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21/W912LM-10-R-0003/listing.html)
 
Place of Performance
Address: USPFO for Minnesota Camp Ripley, 15000 Highway 115 Little Falls MN
Zip Code: 56345-4173
 
Record
SN02126281-W 20100421/100419235216-3c47d174082f5b605893327347178e14 (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.