Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

Y -- 182AW CONSTRUCTION MATOC - Y - CONSTRUCTION OF STRUCTURES AND FACILITIES - PRESOLICITATION NOTICE

Notice Date
5/22/2020 7:53:59 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7M6 USPFO ACTIVITY ILANG 182 GREATER PEORIA AIRPOR IL 61607-5004 USA
 
ZIP Code
61607-5004
 
Solicitation Number
W50S7T-20-R-0001
 
Response Due
7/8/2020 2:00:00 PM
 
Archive Date
07/23/2020
 
Point of Contact
Benjamin B. Yeutson, Phone: 3096335707
 
E-Mail Address
benjamin.b.yeutson@mail.mil
(benjamin.b.yeutson@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Document Type: Pre-solicitation Notice Solicitation Number: W50S7T-20-R-0001 Classification Code Y � Construction of Structures and facilities Set Aside: Small Business NAICS Code: 236220- Commercial and Institutional Building Construction The USPFO for IL, 182nd Airlift Wing intends to issue a Request for Proposal (RFP) for both NAICS for Construction Indefinite Delivery- Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction services at 2416 S. Falcon Blvd, Peoria, Peoria County, IL 61607 and rural Ipava, Fulton County, IL. 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 work will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications provided at the time of award. 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. 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. 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 three (3) and up to (7) individual MATOC contracts, providing sufficient qualified contractors present offers. All responsible firms may submit an offer. These anticipated contracts will consist of a Base Award Period of five (5) calendar years. Total contract period shall not exceed five (5) calendar years. Task Orders will range from $2,000.00 to $3,000,000.00. The total of individual task orders placed against this contract shall not exceed $15,000,000.00 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 seed project. The magnitude of the seed project is between $1,000,000 and $5,000,000. Justifications will be included within the solicitation for sole source/ brand name specific for compatibility to existing base systems to include Best for Locks and Cores, Schlage for exit devices, Johnsonite for Resilient Base, Milliken for carpet tile, Georgia Pacific for paper towel and toilet tissue dispensers, BETCO Clario for soap dispensers, and Dyson for high speed air dryers. Your attention is directed to FAR CLAUSE 52.219-14 (c)(3) LIMITATIONS ON SUBCONTRACTING which states ""By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees"" applies to this 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 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 seed project to be considered for award. The seed project will be used to evaluate the price proposal and portions of the technical proposal and will be awarded. It is anticipated that the solicitation will be available on or about 26 May 2020. A Preproposal conference and site visit is scheduled for on or about 17 June 2020. 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 8 July 2020. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be posted to beta.sam.gov � 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. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. You will need your DUNS number register. Instructions for registering are on the web page (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed, and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries must be in writing, preferably 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 SMSgt Melissa J. Grice at melissa.j.grice.mil@mail.mil or MSgt Benjamin B. Yeutson, benjamin.b.yeutson.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 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/8143ed4c19464c089493950743a616d8/view)
 
Place of Performance
Address: Peoria, IL 61607, USA
Zip Code: 61607
Country: USA
 
Record
SN05669070-F 20200524/200522230157 (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  © 1994-2020, Loren Data Corp.