Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
MODIFICATION

Y -- North Dakota National Guard Construction MATOC - Upgrade Locker Room Plan and Specs

Notice Date
5/10/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for North Dakota, PO Box 5511, Bismarck, North Dakota, 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
W901UZ-17-R-0001
 
Point of Contact
Kevin Magstadt, Phone: 7013332224, Dallas W Eckholm, Phone: 7013332225
 
E-Mail Address
kevin.m.magstadt.mil@mail.mil, dallas.w.eckholm.civ@mail.mil
(kevin.m.magstadt.mil@mail.mil, dallas.w.eckholm.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for North Dakota intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for the maintenance, repair,and construction services in support of National Guard activities in the state of North Dakota. 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, and other related work. All work 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 via the main office or a staffed satellite office. The government anticipates award of a minimum of eight (8) individual MATOC contracts, providing sufficient qualified contractors present offers. All awards will be to small business pursuant to a 100% small business set-aside. The contracting officer may set-aside task orders for SBA Certified 8(a) participants; Small Business Service Disabled Veteran Owned Business Concerns, and Woman Owned Small Business Concerns providing two or more qualified contractors in each category present conforming offers and are awarded a MATOC. The North American Industry Classification System (NAICS) code for this work is 236220 and 237990. The small business size standard is $36,500,000.00 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. Task Orders will range from $2000.00 to $5,000,000.00. The total of individual task orders placed against this contract shall not exceed $8,000,000.00 to any one contractor. The selection process will be conducted in accordance with FAR Part 15.3 and DFAR 215.3 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Prototypical Project(s). Prospective offerors must submit a written past performance proposal, technical proposal, and a price proposal for the prototypical project(s) to be considered for award. The prototypical project(s) will be used to evaluate the price proposal and portions of the technical proposal. In addition, the prototypical project(s) may be awarded if funds are available. It is anticipated that the solicitation will be available on/or about May 10, 2017. Interested contractors are encouraged to attend a Pre-proposal conference and site visit scheduled for on/or about MAY 24th, 2017. Details for registering for the conference will be available in the solicitation, Section 00100 should be accomplished prior to the date of the conference in order to expedite clearance to the facility. The solicitation closing date is scheduled for on-or-about JUNE 9th, 2017. Actual dates and times will be identified in the solicitation. All information, amendments, and questions concerning this solicitation will be electronically posted on the Federal Business Opportunities (FedBizOps) website located at the following web page: https://www.fbo.gov/. Interested offerors must be registered in the System of Award Management (SAM) Database. To register for SAM go to https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information minus the plans and specifications will be available on the FedBizOps website: https://www.fbo.gov/. All contractors and subcontractors interested in this project must register at this site. FedBizOpps registration requires the following information: 1) System for Award Management (SAM) 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. The plans and specifications will be available only from the FedBizOps website. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing companies are required to register in the FedBizOps site 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 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 kevin.m.magstadt.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 FedBizOps page: 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/DAHA32/W901UZ-17-R-0001/listing.html)
 
Place of Performance
Address: North Dakota, United States
 
Record
SN04503405-W 20170512/170510235338-e5bb8a379b52587312f880a3f675ad85 (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.