Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2011 FBO #3554
MODIFICATION

Y -- Nevada Multi Award Task Order Contract

Notice Date
8/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Nevada, 2452 Fairview Drive, Carson City, NV 89701-6807
 
ZIP Code
89701-6807
 
Solicitation Number
W9124X11R0004
 
Response Due
9/16/2011
 
Archive Date
11/15/2011
 
Point of Contact
Scott F. Katherman, Phone: 775-887-7869, Dario Rissone, Phone: 775-887-7865
 
E-Mail Address
scott.katherman@us.army.mil, dario.rissone@us.army.mil
(scott.katherman@us.army.mil, dario.rissone@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The USPFO for Nevada intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction, and design-build services at, or in the following locations: Reno Air National Guard Base located at the Reno/Tahoe International Airport, The Office of The Adjutant General and the rest of the Nevada National Guard Facilities located in Carson City, NV, The Floyd-Edsall Armory located in N orth Las Vegas, NV, the greater Reno area to include Stead, Reno, and Carson City, the greater Las Vegas area to include North Las Vegas, Las Vegas and Henderson, and Outlying areas to include all armories and facilities in the rest of the state of Nevada. 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, surveys, studies, design-build and other related work. All will be in accordance wit h 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 via the main office or a staffed satellite office. The government anticipates award of a minimum of ten (10) individual MATOC contracts, providing sufficient qualified contractors present offers. A minimum of five (5) awards will be made to Small business concerns. THIS IS A 100% SMALL BUSINESS SET ASIDE. 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 for the previous three years. All responsible firms may submit an 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. Delivery 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 15.3 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Prototypical Project. Prospective offerors must submit a written pas t performance and technical proposal and a price proposal for the prototypical project to be considered for award. The prototypical project (see attachment to solicitation) will be used to evaluate the price proposal and portions of the technical proposal and may be awarded if funds are available. A Pre-proposal conference and site visit is scheduled for Wednesday, 31 August 2011, 9:00 am, Nevada Air National Guard, Base Engineering Building, 1776 National Guard Way, Reno, NV 89502-4494. 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 atte nding for clearance to the facility. The solicitation closing date is scheduled for on 16 September 2011. All information, amendments and questions concerning this solicitation will be elec tronically 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 website http://www.fedbizopps.gov. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contract ors Registration (CCR) and FedBizOpps in order to view or download the plans or drawings from the web site. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries must t 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 scott.katherman@us.army.mil and/or Dario.rissone@us.army.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 Federal Business Opportunities website http://www.fedbizopps.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 amen dments 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. INTERNAL CHANGE MADE ON 16AUG11: Pre-Proposal Conference is on Wednesday, 31 August 2011 (Error: Friday, 31 August 2011). Please note the date was correct, the day of the week was not.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA26/W9124X11R0004/listing.html)
 
Place of Performance
Address: 2452 Fairview Drive, Carson City, Nevada, 89701, United States
Zip Code: 89701
 
Record
SN02535581-W 20110818/110816235055-f46d9ffa545553915b0fb72d26b1aa9f (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.