Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2003 FBO #0569
SOLICITATION NOTICE

Z -- Presolicitation Notice: Multiple Award Indefinite Delivery Indefinite Quantity Task Order Contract for Construction Services at the 109th Airlift Wing, NY Air National Guard Base, Scotia, NY 12302

Notice Date
6/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for New York, 330 Old Niskayuna Road, Latham, NY 12110-2224
 
ZIP Code
12110-2224
 
Solicitation Number
DAHA30-03-R-0016
 
Response Due
8/5/2003
 
Archive Date
10/4/2003
 
Point of Contact
Mark R. Walsh, 518-786-4986
 
E-Mail Address
Email your questions to USPFO for New York
(Mark.Walsh@ny.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Multiple Award Task Order Contract (MATOC). The USPFO-NY is soliciting proposals to enter into Multiple Award, Indefinite Delivery,Indefinite Quantity (IDIQ) Contracts for maintainence, repair and minor construction to be perfor med at the 109th Air Lift W ing Air National Guard Base, Scotia, NY 12302. Task orders will be issued to the Task Order Contract (TOC) contractors based on the low price, or a combination of price and other factors (best value judgements) in acc ordance with FAR 16.505. Contracts may be issued for a base period not to exceed 1 year, and an option period not to exceed 4 years (each option period is one year). Task orders will not exceed a cumulative total of $10 million to any one contractor, and the individual task order minimum and m aximum amounts are $2,000 and $1,000,000 respectively. Work to be performed shall be limited to construction services for projects designated for real property at the 109th Airlift Wing Air National Guard Base. Projects will be principally constructed from already completed specifications and drawings provided by the Government. This solicitation is being advertised as UNRESTRICTED in accordance with FAR Subpart 19.10-Small Business Competitiveness Demonstration Program. It is the Governments intent to make an award to ten (10)individual MATOC contracts, providing sufficient qualified contractors present offers. A minimum of two(2) awards will be set-aside for Emerging Small Business (See FAR 19.1002 for definition) providing sufficient qualified contra ctors present offers. At least three (3) awards will be made to 8(a) and/or HUBZONE qualified contractors, providing sufficient qualified contractors present offers. All other awards will be unrestricted and are being made pursuant to the Small Business Co mpetitiveness Demonstration Program (ref. FAR 19.10) Firms intending on offering a proposal should attend the Pre-proposal Conference. The FSC is Z119, SIC Code 1542, NAICS CODE 236220. $28,500.00 is the small business size standard. The scope of work will include but not be limited to General Construction inclusive of repair, alteration, and demolition of exisitng facilities based upon plans and specifications provided by the Government. Source selection procedures contained within FAR Part 15.3 shall be u tilized to select the sucessfull offeror's. Each offeror's proposal shall be evaluated and awards will be made to the offeror whose proposal is most advantageous to the Government based upon the evaluation criteria set forth below. Proposals will be evalua ted on the following parts: PART 1: Past Performance, PART II: Technica l, Sub Item A, Project Management Ability with an emohasis on (1)Specialized Experience (2) Specific Personnel and (3) Quality Control Plan. PART III: Evaluation of Price Proposal in r esponse to the Prototypical Project. Pricing of the Prototypical Project is required for the evaluation of the price proposal. The Government 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 the offerors whose proposals, conforming to the RFP, will provide the best value, and be the most advantageous to the Government, considering cost or price and other factors. The minimum guranteed amount for each contract is one (1) task order valued at $2000 for the life of the contract. Task orders will be issued for the work intended, which will require multi-dis ciplined construction services in all aspects of general construction. Co sts associated with attending site visits, pre-proposal conferences, and mainta ining a n local office are considered the cost of doing business and will not be reimbursed by the Government. The Government intends to award contracts without conducting disc ussions, therefore, the Offeror's initial proposal shall contain it's best terms from a cost ot price or technical standpoint. A pre-proposal conference is tent atively scheduled for on or around 22 July 2003 at 10:00 A.M. at Building 25 at the 109th Airlift Wing Base. Any questions prior to the date established for the pre-proposal conference must be submitted in writing to: mark.walsh@ny.ngb.army.mil or via facs imile to (518)786-4985. Questions and answers wil be distributed via an amendment to the solicitation. Issuance of the solicitation is scheduled for 2 July 2003, with receipt of proposals due by 4:00 P.M. local time 5 August 2003. Interested firms may requ est a copy of the solicitation via written request to: USPFO-NY, ATTN: MNPF-PC, 330 Old Niskayuna Road, Latham, NY 12110-2224, Phone (518)786-4986, fax (518)786-4985.
 
Place of Performance
Address: USPFO for New York 330 Old Niskayuna Road, Latham NY
Zip Code: 12110-2224
Country: US
 
Record
SN00351987-W 20030621/030620004523 (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.