Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
MODIFICATION

Y -- NAICS 237990 and 237310; Horizontal Construction IndefiniteDelivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for various paving and related projects at SelfridgeANGB.

Notice Date
6/18/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB10R4005
 
Response Due
6/10/2010
 
Archive Date
8/9/2010
 
Point of Contact
Debra K. Miller, Phone: 5862395989, Jeremy L. Starrett, Phone: 5862394731
 
E-Mail Address
debra.miller@ang.af.mil, jeremy.starrett@ang.af.mil
(debra.miller@ang.af.mil, jeremy.starrett@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Selfridge Air National Guard Base MI. intends to issue a Request for Proposal (RFP) for Horizontal Construction IndefiniteDelivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for various paving and related projects at SelfridgeANGB.Typical work includes, but is not be limited to: Repair of various PCC and ACC airfield pavements, repair of various PCC and ACC roads and parking lots, installation of drain structures and utilities, installation of new pavements of various types and configurations, perform maintenance on various pavements as directed, apply pavement markings as directed, install sidewalks and curb and gutter where shown, install and maintain turf, restore turf in areas disturbed by paving operations, perform ditching operations, erect barricades to control access and protect paving operations,various concrete work, 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 respond within 120 minutes (2 hours) in response to emergencies. Resulting task orders will require a minimum of 25% of the work to be self-performed. Firms must be capable of self-performing at least the minimum. The contracts resulting from this solicitation are not intended for management firms. The government anticipates award of a minimum of five (5) individual MATOC contracts providing sufficient qualified contractors present offers. All 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 providing two or more qualified contractors present offers. The North American Industry Classification System (NAICS) code for this work is 237990 and 237310. The small business size standard is $33.5 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. Task Orders will range from $2,000.00 to $5,000,000.00. 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. Unrestricted solicitation offerors: In the event the prototypical project is to be awarded, the 10% preference will be applied to the prototypical project in accordance with FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. Preference will be applied to prototypical project prices solicited with this solicitation for determination as to the awardee of the prototypical project only. In accordance with FAR 19.1304 (b) the HUBZone preference will not be applied to task orders solicited after award of the basic contracts. The HUBZone preference shall not apply if the prototypical project is not to be awarded. It is anticipated that the solicitation will be available on or about 25 Jun 2010. A Pre-proposal conference and site visit is scheduled for 30 Jun 2010. 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 25 Ju1 2010. 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://www.fbo.gov. 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 will be available from the Federal Business Opportunities (www.fbo.gov) system contractors and subcontractors interested in this project must register at this site. The plans and specifications will be distributed using the Federal Business Opportunities (www.fbo.gov) system. 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 Code3) Telephone Number 4) E-Mail Address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation by logging in to FedBizOpps and clicking on the packages tab of the solicitation notice. It is recommended that Bidders/Offerors apply for access to the secure area ASAP, as the process for approval takes approximately 5 business days. Bidders/Offerors cannot just go to the FedBizOpps home page and search for data. 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 debra.miller@ang.af.mil and 127wg.contractomb@ang.af.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 FedBizOpps.gov or 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 issue no paper copies. ***DATE CHANGES: Please note that the date for the availability of the Solicitation has tentatively changed to 25 Jun 2010. Please also note that the Pre-proposal conference and site visit has changed to 30 Jun 2010 tentatively. The estimated closing date has also been revised to 25 Jul 2010 tentative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB10R4005/listing.html)
 
Place of Performance
Address: Selfridge ANGB, Michigan, 48045, United States
Zip Code: 48045
 
Record
SN02181923-W 20100620/100618234652-abc62780a41c6c6105eb2f9be116836c (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.