Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2019 FBO #6469
SOLICITATION NOTICE

Z -- MATOC Horizontal Repair and Construction Services

Notice Date
8/8/2019
 
Notice Type
Synopsis
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
BLM OR-ST OFC PROC MGMT BR(OR952)<br />1220 SW 3rd Avenue, 12th Floor<br />PORTLAND<br />OR<br />97204<br />US<br />
 
ZIP Code
97204
 
Solicitation Number
140L4319R0021
 
Response Due
9/9/2019
 
Archive Date
9/24/2019
 
Point of Contact
Fox, Shanen
 
Small Business Set-Aside
Total Small Business
 
Description
REFERENCE PRESOLICITATION NOTICE NO. 140L4319R0008. This procurement is a Small Business Set Aside. This is a Request for Proposal (RFP) for a firm-fixed price multiple-award indefinite delivery, indefinite quantity (IDIQ) construction contract for a broad range of horizontal repair and construction services to BLM infrastructure located primarily in the in the state of Oregon, eastern Washington and Northern Idaho. Such services will include, but are not limited to paving, culvert replacement, pavement repair, hazard and obstruction removal (including storm damage clean-up), slide repair, road decommissioning, road reconditioning, and other transportation system related work. Work is varied but of relatively small scale, and is commonly performed in remote rural environments which can be considerable distances from typical supply sources. The maximum value of the MATOC is $45,000,000.00 from the time of award. The anticipated magnitude of the construction projects contemplated under the contract is between $100,000 and $250,000. The performance period is Base plus 4 Option Periods. There will be a single minimum guarantee per contract. The minimum guarantee quantity per contract is $50,000.00. The NAICS code is 237310 and the small business size standard is $36.5M. One or more of the items under this acquisition is subject to World Trade Organization Government Procurement Agreement and Free Trade Agreements. The basis of award shall utilize the best value continuum tradeoff process in accordance with FAR 15.101-1 to result in an award to the responsible offeror pursuant to FAR subpart 9.1. The technical and non-price evaluation factors are: relevant experience, past performance, and technical approach, where technical and non-price evaluation factors, when combined, are significantly more important than price. Multiple awards may be made. Options shall be evaluated in accordance with FAR provision 52.217-5. See solicitation for detailed information and instructions. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/BLM/OR/140L4319R0021/listing.html)
 
Record
SN05397828-F 20190810/190808230015 (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.