Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOLICITATION NOTICE

Y -- Construction MATOC

Notice Date
6/30/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for South Carolina, 9 National Guard Road, Columbia, South Carolina, 29201-4763
 
ZIP Code
29201-4763
 
Solicitation Number
W912QG-16-R-0007
 
Archive Date
7/30/2016
 
Point of Contact
Kesha L. Stowe, Phone: 8032994024, LTC James O. Robinson, Phone: 8032991450
 
E-Mail Address
kesha.l.stowe.mil@mail.mil, james.o.robinson10.mil@mail.mil
(kesha.l.stowe.mil@mail.mil, james.o.robinson10.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for SC i ntends to issue a Request for Proposal (RFP) to for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services at North Carolina and South Carolina National Guard locations. a. Project Scope: 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 with individual task order requirements, specifications and drawings provided with each project or master specifications. It should be noted that the majority of task orders under these contracts will be for sustainment, repair and maintenance (SRM) projects under $1M dollar. 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. b. The North American Industry Classification System (NAICS) code for this work is 236220 and 237990. The small business size standard is $36.5 million average annual revenue for the previous three years. This is a total small business set-aside. c. The government anticipates award of a minimum of nine (9) firm-fixed individual MATOC contracts, providing sufficient qualified contractors present offers. All responsible firms may submit an offer. d. These anticipated contracts will consist of a Base Award Period of two (2) calendar years, and three (3) one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. Task Orders will range from $2,500.00 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. e. 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 subsequently make contract award. f. It is anticipated that the solicitation will be available on or about 22 July 2016. A Pre-proposal conference and site visit is scheduled for 9 August 2016 @ 0900 at Joint Base McEntire, Eastover, South Carolina. 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 21 August 2016. Actual dates and times will be identified in the solicitation all information, amendments and questions concerning this solicitation to FedBizOpps. g. Effective May 29, 2012 Government systems such as CCR and ORCA (on-line representations and certifications) are migrating to in System for Award Management (SAM). Interested offerors must be registered in SAM.. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information will be available from the Federal Business Opportunities system (FedBizOpps.gov or fbo.gov) contractors and subcontractors interested in this project must register at this site. The plans and specifications will be distributed using the Federal Business Opportunities (FedBizOpps.gov or 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 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 12 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. h. 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 kesha.l.stowe.mil@mail.mil or james.o.robinson10.mil@mail.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. Contracting Office Address: United States Property & Fiscal Office (USP&FO) Purchasing & Contract (P&C) 9 National Guard Road Columbia, SC 29201
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA38/W912QG-16-R-0007/listing.html)
 
Place of Performance
Address: The majority of projects will be performed in South Carolina in the vicinity of Columbia at McCrady Training Center and Joint Base McEntire and in North Carolina in the vicinity of Charlotte ARMY and AIR National Guard Facilities., United States
 
Record
SN04168416-W 20160702/160630235949-def707235f7c8a5a18f4e0cf9a3cc718 (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.