Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2002 FBO #0150
SOLICITATION NOTICE

Z -- Multiple Award Task Order Contract (MATOC) at the North Dakota Air National Guard (NDANG), Hector IAP, Fargo, ND

Notice Date
4/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
DAHA32-02-R-0010
 
Response Due
6/21/2002
 
Archive Date
7/21/2002
 
Point of Contact
Dallas Eckholm, 701-333-2225
 
E-Mail Address
USPFO for North Dakota
(dallas.eckholm@nd.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Solicitation Notice: Multiple Award Task Order Contract (MATOC). The North Dakota Air National Guard (NDANG) is soliciting proposals to enter into multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for maintenance, repair and minor con struction. Task orders will be issued to the Task Order Contract (TOC) contractors based on the low competitive price, or a combination of price and other factors (best value judgments) in accordance with FAR 16.505. Task orders may be issued for a base period; not to exceed (NTE) three years and two option periods (NTE one year each). Task orders shall not exceed a cumulative amount of $10 million to any one contractor, and the task order minimum and maximum limits are $2,000 and $2 million, respectivel y. Work to be performed under the MATOC contracts shall provide limited design and construction services for projects designated for real property at the NDANG. Projects will principally be constructed from already completed specification and drawings, but may also include a number design/build projects. This solicitation is being advertised UNRESTRICTED in accordance with FAR Subpart 19.10-Small Business Competitive Demonstration Program. It is the Government’s intent to make an award of a Task Order Contract to a minimum of five (5) qualified contractors with two being 8(a) and/or HUBZONE contractors. The applicable NAICS Codes are 233320 and 233310 and the corresponding size standard is $27.5M average annual receipts over the last 3 fiscal years. T he scope of work will include, but not be limited to, new construction, repair, alteration, and demolition of existing facilities, to include design build, modified design build and construction work based on full plans and specifications for facilities fo r the NDANG. Source selection procedures contained in FAR Part 15.3 shall be utilized to select the successful offers. Each offeror's proposal will be evaluated and awards will be made to each offeror whose proposal is judged to be most advantageous to th e Government based upon the evaluation criteria set forth below. Proposals will be evaluated on the following parts: PART I: Past Performance; PART II: Technical, Sub item A, Project Management Ability with an emphasis on (1.) Specialized Experience (2.) Specific Personnel and a (3) Quality Control Plan. Sub item B: Design-build factors with an emphasis on (1) Design Build Experience (2) Design Build Team Experience and (3) Organization and PART III: Price and Design evaluation of Prototypical project. Pricing of the prototypical MATOC project is required for the price proposal. Contractors are advised to check the USPFO for North Dakota Electronic Bid System (EBS) website at http://165.234.31.201/ periodically for updates to the solicitation. The Gov ernment intends to make multiple awards and reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The basis of awards is to the offerors whose proposals, conforming to the RFP, will prov ide the best value and be the most advantageous to the Government, considering cost or price and other factors. The minimum guaranteed amount for each contract is one (1) task order valued at $2,000.00 for the life of the contract. Task orders will be is sued for the work intended, which will require multi-disciplined construction services in all aspects of general construction. In support of design-build work, the Contractor shall employ the services of an architect/engineering professional experienced i n the coordination of multi-disciplined architectural/engineering design efforts in all aspects of general building and new and renovation projects, to include, but not be limited to, comprehensive interior design. Due to the nature and the need for exped itious response of the majority of the construction services required, the selected contractors must be within an area permitting a maximum of a60 minute respo nse time. In emergency situations, the contractors will be required to attend a pre-proposal site visit within 60 minutes from receipt of the notice of the project. Costs associated with attending site visits, pre-proposal conferences and maintaining an office within the time frames mentioned above are considered associated with the cost of doing business and will not be reimbursed by the government. The Government intends to award contracts without conducting discussions, therefore, the Offeror's initia l proposal shall contain its best terms from a cost or price and technical standpoint. The Government also reserves the right to conduct discussions if deemed necessary to obtain the best value for the Government. Prospective offerors must register on the website at http://165.234.31.201 to be notified of amendments or notices concerning this solicitation. IT IS THE OFFEROR'S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS OR NOTICES TO THIS SOLICITATION. There is a pre-proposal confer ence tentatively scheduled for Thursday, June 6, 2002 at 9:00 AM at the NDANG. Any questions prior to the date established for the pre-proposal conference must be submitted in writing to: dallas.eckholm@nd.ngb.army.mil or via facsimile transmission to (70 1) 333-2230. The questions and answers will be posted on the website or will be answered at the pre-proposal conference. Issuance of the solicitation is tentatively scheduled for Wednesday, May 15, 2002 with receipt of proposals due on Friday, June 21, 2 002 at 4:00 PM local time. Once the solicitation is made available, it and the default specifications may be downloaded at http://165.234.31.201.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA32/DAHA32-02-R-0010/listing.html)
 
Place of Performance
Address: North Dakota Air National Guard 1400 28th Ave. North Fargo ND
Zip Code: 58102
Country: US
 
Record
SN00068537-F 20020501/020429214553 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.