Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2003 FBO #0439
SOLICITATION NOTICE

Z -- BEST VALUE MULTIPLE AWARD CONSTRUCTION TASK ORDER CONTRACT

Notice Date
2/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Louisiana, Jackson Barracks, Building 39, New Orleans, LA 70146-0330
 
ZIP Code
70146-0330
 
Solicitation Number
DAHA16-03-R-0005
 
Archive Date
6/10/2003
 
Point of Contact
JANET ALEXIS, 504-278-8414
 
E-Mail Address
Email your questions to USPFO for Louisiana
(Sharlene.Alexis@la.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Louisiana National Guard is soliciting competitive proposals for a Multiple Award Task Order Contract (MATOC). This procurement consists of one solicitation with the intent to award multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Construction C ontracts. This solicitation is being advertised on an UNRESTRICTED basis inviting full and open competition. However, as a result of this solicitation, the government?s intent is to have a minimum of seven (7) IDIQ MATOC contracts awarded of which at lea st three (3) will be 8(a) and/or HUBZone qualified contractors (providing sufficient qualified contractors present offers); two (2) awards are set-aside for emerging small businesses (ESB) (providing sufficient qualified contractors present offers); and al l other awards are unrestricted. The applicable NAICS Codes are 236 and 237 and the corresponding size standard is $28.5M average annual receipts over the last 3 fiscal years. The scope of work will include, but not be limited to, new construction, repai r, alteration, and demolition of existing facilities, paving, for DoD facilities within the State of Louisiana. Facilities are defined as 1) nonresidential building construction for industrial buildings and warehouses; and 2) nonresidential buildings, oth er than industrial buildings and warehouses. The areas of consideration will include, but not be limited to National Guard facilities located within the State of Louisiana. A pre-proposal conference will be held at Jackson Barracks, New Orleans, Louisian a at 10AM local time 26 Mar 2003. For purpose of obtaining entry on to the military installation for the pre-proposal conference, contact MSG Sharlene Alexis at 504-278-8414 or CW2 Tracy Montalbano at 504-278-8239. Attendees at the pre-proposal conference are cautioned that the Government will not wait for anyone who is late or lost and will not hold another pre-proposal conference. The contract term is anticipated to be for two (2) base years and three (3) option years and will contain a maximum not-to-ex ceed amount of $20,000,000 over the life of the contract. The task order minimum and maximum is $2,000 to $2,000,000, respectively. Task orders will be issued for the work intended which will require multi-disciplined construction services in all aspects of general construction services and may involve lead and asbestos abatement. In accordance with FAR 16.505(b), the successful Offerors will compete for all task order awards, except that projects valued at less than the ESB reserve amount, currently $25,0 00, are reserved for qualifying ESB contractors awarded a MATOC. Attendance at the site visits and the pre-proposal conferences for task order award may be mandatory and the Government will not reimburse contractors for the associated costs. Due to the n ature and the need for expeditious response of the majority of the construction services required, the selected Contractors will be required to maintain an office in the State of Louisiana. The Government will not directly reimburse the Contractors for co sts associated with staffing and maintaining this office. Source selection procedures contained in FAR Part 15.3 shall be utilized to select the successful offers. Each offeror?s proposal will be thoroughly evaluated and awards will be made to offeror?s whose proposals are judged to be most advantageous to the Government based upon the evaluation criteria set forth below. Pricing of the prototypical MATOC project is required for the price evaluation. Proposals will be evaluated on the following factors in descending order of importance: TECHNICAL FACTORS: Past Performance and Project Management Ability (1) Past Performance; (2) Specialized Experience; (3) Specific Personnel; (4) Quality Control Plans; (5) Organization; (6) Scheduling Methodology; (7) Com pliance with Small Business Concerns Requirements. PRICE: Price evaluation of Prototypical Project. Evaluation factors other than cost or price, when combined , are significantly more important than cost or price. The Government intends to award contracts without conducting discussions, therefore, the Offeror?s initial proposal shall contain its best terms from a cost or price and technical standpoint. The Gov ernment also reserves the right to conduct discussions if deemed necessary to obtain the best value. IT IS THE OFFEROR?S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDMENTS OR NOTICES TO THIS SOLICITATION. NOTE: All questions are to be submitted in writing to Sharlene.Alexis@la.ngb.army.mil, or via facsimile transmission to (504) 278-8609. Questions submitted less than 5 days prior to the closing date may not be addressed before solicitation closing date, therefore, offerors are advised to submit questions as soon as possible. The Government intends to award multiple awards and reserves the right to cancel the procurement if it?s in the government?s best interest. It is preferred that questions be emailed (please clearly indicate your company?s name, paragraph number of the specification and the drawing number, as applicable) vice faxed. Responses to questions are not considered changes to the RFP, as the only way the RFP can be modified is through an amendment that will be issued on t he web site. Notice to the RFP. YOU MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTER (CCR) PRIOR TO AWARD OF A DOD CONTRACT. FOR MORE INFORMATION, SEE THE CCR WEB SITE at http://www.ccr.gov. The solicitation will be available to download approxima tely 05 March 2003 at the following web site https://www.la.ngb.army.mil/EBS/ASP/AdvertisedSolicitations.asp.
 
Place of Performance
Address: USPFO for Louisiana Jackson Barracks, Building 39 New Orleans LA
Zip Code: 70146-0330
Country: US
 
Record
SN00258176-W 20030214/030212213657 (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.