Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2016 FBO #5441
MODIFICATION

Y -- Washington National Guard Multiple Award Task Order Contract

Notice Date
10/14/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Washington, Building 32, Camp Murray, Tacoma, Washington, 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
W912K3-16-R-0001-MATOC-WA
 
Point of Contact
D. Ryan Spriestersbach, Phone: (253) 512-8311, Matt Richard, Phone: (509) 247-7223
 
E-Mail Address
daniel.r.spriestersbach.mil@mail.mil, matthew.richard@us.af.mil
(daniel.r.spriestersbach.mil@mail.mil, matthew.richard@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. The USPFO for Washington intends to issue a Request for Proposal (RFP) for an Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for Construction, maintenance, and repair for the Washington Army National Guard (JBLM, YTC and Camp Murray), 141st Air Refueling Wing (Fairchild AFB - Spokane), 194th Wing (Camp Murray - Tacoma), and Western Air Defense Sector (Joint Base Lewis-McChord (Tacoma) locations. Typical work includes, but is not 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, and other related work. All project specifications /drawings will be provided with request for proposal (RFP) on a task order basis. Prospective contractors must be able to respond to emergencies within six (6) hours via locations in the State of Washington, Idaho, or Oregon (closest proximity to worksite). The North American Industry Classification System (NAICS) code for this work is 236220 Commercial and Institutional Building Construction. 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. The Government anticipates award of a minimum of six (6) and maximum of twelve (12) individual contracts based on evaluation offers. All responsible firms may submit an offer. These anticipated contracts will consist of a Base Award Period of one year, and four (4) one-year option periods. Total contract period, to include options, will 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 will not exceed $20,000,000.00 per each 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. The magnitude of the prototypical construction projects: Project A is between $2000 and $1,000,000 and the magnitude of construction for project B is between $1,000,000 and $5,000,000. 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 may be awarded as a task order if funds are available. It is anticipated that the solicitation will be posted before the end of CY 2016. 2. The solicitation and associated information will be posted at Federal Business Opportunities (FBO - https://www.fbo.gov/). A Pre-proposal conference and site visit will be scheduled and posted in the formal solicitation. Interested contractors are encouraged to attend. Details for registering for the pre-proposal conference will be available in the solicitation Section 00100. Arrive early enough for clearance to the facility for any and all site visits. All information, amendments, and questions concerning this synopsis/solicitation will be posted on FBO. Interested offerors must be registered in the System for Award Management (SAM) as a small business under the NAICS 236220 (www.sam.gov) upon submission of proposals. 3. All inquiries must be in writing, preferably via email to the point(s) of contact specified in the synopsis/solicitation. All answers will be provided in writing via posting to FBO as an amendment. If you have any questions concerning this procurement you are encouraged to email the point(s) of contact listed below; please use W912K3-16-R-0001 MATOC-WA in the subject line of your email. 4. DISCLAIMER: The official plans and specification will be located on the official government web page. The Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to FBO for electronic downloading. This will be the only method of distributing amendments prior to the solicitation closing date; therefore, it is the offerors responsibility amendments to the solicitation as part of their proposal. 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. 5. Point of contact(s) are: Maj D. Ryan Spriestersbach, Chief of Contracting USPFO-WA, Purchasing & Contracting Division (253) 512-8311 daniel.r.spriestersbach.mil@mail.mil MSgt Matt Richard, Base Contracting Officer 141 MSG/MSC (509) 247-7223 matthew.richard@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45/W912K3-16-R-0001-MATOC-WA /listing.html)
 
Place of Performance
Address: JBLM, Fairchild AFB, Yakima Training Center and Camp Murray, United States
 
Record
SN04304483-W 20161016/161014233636-9a7a3d2a8ce1eab8358ce0e170c828d0 (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.