Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
MODIFICATION

Y -- THIS IS AN AMENDMENT TO SYNOPSIS. The Government is soliciting proposals for a Multiple Discipline Construction Master Task Order Contract for the Illinois Air/Army National Gaurd Facilities.

Notice Date
5/29/2003
 
Notice Type
Modification
 
Contracting Office
USPFO for Illinois, Camp Lincoln, 1301 North MacArthur Boulevard, Springfield, IL 62702-2399
 
ZIP Code
62702-2399
 
Solicitation Number
DAHA11-03-R-0002
 
Response Due
7/9/2003
 
Archive Date
9/7/2003
 
Point of Contact
Jason Robbins, 217-761-3927
 
E-Mail Address
Email your questions to USPFO for Illinois
(jason.robbins@il.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA THIS IS AN AMENDED COMBINED SYNOPSIS/SOLICITATION. The Government is soliciting proposals for a Best Value Multiple Discipline Construction Master Task Order Contract (MATOC) for the maintenance, repair, construction and design-build projects of Illinois A ir and Army National Guard facilities. MATOC will include projects at the 126th Air Refueling Wing, Scott AFB, IL; 182nd Airlift Wing, Peoria, IL; the 183rd Fighter Wing, Springfield, IL; and Illinois Army National Guard Facilities throughout the State of Illinois. Multiple award of the basic Best Value MATOC may be made to a minimum of seven (7) contractors. A minimum of two (2) awards will be set-aside for Emerging Small Business (FAR 19.1002) and at least two awards will be made to 8(a) and/or HUBZone qualified contractors, providing sufficient qualified contractors present offers per location. All other awards will be unrestricted and are being made pursuant to the Small Business Competitiveness Demonstration Program (FAR 19.10). Individual Task Ord ers values are estimated to be between $2,000.00 and $5,000,000.00 (maximum), with the majority of the task orders not to exceed $25,000.00. The cumulative value of the task orders shall not exceed $20,000,000.00 each year to any one contractor. The basi c contract period will be for two years with three one-year option periods. Typical work will include, but 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, sitework, landscaping, fencing, masonry, roofing, concrete, construction of new facilities, surveys, studies, design-build and other related work. NAICS codes for the project are 236 and 237. Source selection procedures in accordance with FAR part 15.3 & DFARS 215.603 Source Selection shall be utilized for the MATOC. Evaluation criteria for the MATOC in descending order of importance are: Factor 1: Past/Present Performance Evaluation. Sub-factor 1. Offerors business practices; Sub-factor 2. Customer Relationship; Sub-factor 3. Ability to successfully perform; Sub-factor 4. Quality-Management and Workmanship; Sub-factor 5. Timeliness and ad herence to Schedule; Sub-factor 6. Specification Compliance; Sub-factor 7. Safety; Sub-factor 8. Compliance with Government small business concern requirements; Sub-factor 9. Overall customer satisfaction; Sub-factor 10. Design-Build. Factor 2: Technical Proposal Evaluation. Sub-factor 1. Specialized Experience; Sub-factor 2. Organization; Sub-factor 3. Specific Personnel; Sub-factor 4. Scheduling Methodology; Sub-factor 5. Quality Control and Safety Activities; Sub-factor 6. Design-Build (Design Build Ex perience & Design Build Team Experience). Factor 3: Price Evaluation Prototypical Project. Sub-factor 1. Reasonableness; Sub-factor 2. Realism. The Government reserves the right to reject any or all proposals at any time prior to award; negotiate with any or all offerors, award the prototypical projects; award to any offeror other than the one submitting the highest technically rated; award to the offeror submitting the most advantageous (Best Value) to the Government. Copies of the solicitation will be available for download at http://www.nationalguardcontracting.org/EBs/AdvertisedSolicitations.asp. Telephone or facsimile requests for this solicitation will not be considered. Solicitations will be available on or abou t 09 JUN 2003. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
 
Place of Performance
Address: USPFO for Illinois Camp Lincoln, 1301 North MacArthur Boulevard Springfield IL
Zip Code: 62702-2399
Country: US
 
Record
SN00334283-W 20030531/030529213519 (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.