Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2019 SAM #6586
SOLICITATION NOTICE

Y -- Construction - Multiple Award Task Order Contract (MATOC) Broad range of maintenance, repair and construction services in the Sioux Falls, SD area.

Notice Date
12/9/2019 10:29:38 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7N0 USPFO ACTIVITY SD ARNG RAPID CITY SD 57702-8170 USA
 
ZIP Code
57702-8170
 
Solicitation Number
W912MM-20-R-0001
 
Archive Date
12/31/2019
 
Point of Contact
Carrie Hancock, Phone: (402) 309-8255, Timothy W. Andersh, Phone: (605) 737-6543
 
E-Mail Address
carrie.l.hancock2.civ@mail.mil, timothy.w.andersh.civ@mail.mil
(carrie.l.hancock2.civ@mail.mil, timothy.w.andersh.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USPFO for South Dakota National Guard intends to issue a Request for Proposal (RFP) as a Small Business Set Aside for an Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair and construction services for the Air/Army National Guard construction activities in the state of South Dakota. The majority of projects will be performed at SD Air National Guard Base, Joe Foss Field, 1201 W Algonquin St. Sioux Falls, SD 57104. Potential limited projects include the remaining state of South 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 and other related work. All work will be completed in accordance with individual task order requirements, specifications and drawings provided with each project and/or the master specifications provided at the time of award. It should be noted that the majority of task orders under these contracts will be for sustainment, repair and maintenance (SRM) projects under $1M dollars. The North American Industry Classification System (NAICS) code for this work is 236220 and 237990. The small business size standard is $39.5 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 two (2) and up to seven (7) or more individual MATOC contracts, providing sufficient qualified contractors present offers. Prospective contractors must be able to respond within 120 minutes (2 hours) to emergencies via the main office or a staffed satellite office to the Joe Foss Field ANG Air Base, Sioux Falls, SD. All responsible firms may submit an offer. The 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. Individual Task Orders will range from $2,000.00 to $5,000,000.00. The total amount of the individual task orders awarded against a contract shall not exceed the program ceiling of $20,000,000.00 to any one 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 basic award(s) will be made based on the best overall (i.e. best value) proposals that are determined to be the most be the most beneficial to the Government. In terms of the relative importance of the factors, the Technical factor is somewhat more important than Present/Past Performance and when combined however, the non-cost factors are approximately equal to the Price Factor. 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 only. It is anticipated that the solicitation will be available ON/ABOUT 11 December 2019. A Pre-proposal conference and site visit is scheduled for ON/ABOUT 17 December 2019. 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 provided in the solicitation, prior to attending for clearance to the facility. The solicitation closing date is scheduled for on-or-about 9 January 2020. Actual dates and times will be identified in the solicitation.All information, amendments and questions concerning this solicitation will be available at Contracting Opportunities on beta.SAM at https://beta.sam.gov, formerly fbo.gov. Contract Opportunities is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must be registered in beta.SAM. To register go to https://beta.sam.gov. Registration instructions can be found on the beta.SAM Learning Center at https://beta.sam.gov/help/new-to-sam. The solicitation, amendments, plans and specifications will be distributed using the Contract Opportunities system at https://beta.sam.gov.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 through Contract Opportunities at https://beta.sam.gov. If you have any questions concerning this procurement you are encouraged to Email your questions to Ms. Carrie Hancock, carrie.l.hancock2.civ@mail.mil or Mr. Timothy Andersh, timothy.w.andersh.civ@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 beta.SAM.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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/65150db20eb147478a83e9193a12ea99/view)
 
Place of Performance
Address: 59020, SD 57104, USA
Zip Code: 57104
Country: USA
 
Record
SN05512003-F 20191211/191209230249 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.