Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2003 FBO #0588
SOLICITATION NOTICE

Y -- MATOC for South Carolina and North Carolina

Notice Date
7/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for South Carolina, 9 National Guard Road, Columbia, SC 29201-4763
 
ZIP Code
29201-4763
 
Solicitation Number
DAHA38-02-R-0001
 
Response Due
8/25/2003
 
Archive Date
10/24/2003
 
Point of Contact
James Robinson, (803)806-1450
 
E-Mail Address
Email your questions to USPFO for South Carolina
(james.robinson@sc.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The South Carolina National Guard, Columbia, SC, and the North Carolina National Guard, Charlotte, NC is soliciting competitive proposals for a Multiple Award Task Order Contract (MATOC). This solicitation is being advertised on an UNRESTRICTED basis invi ting full and open competition. 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. This procurement consists of one solicitation with the intent to award multiple Indefinite Delivery/Indefinite Quantity (IDIQ) Construction Contracts. The scope of work will include, but not be limited to facilities and utilities systems, new construction, repair, alteration, and demolition of existing facilities, paving, and constr uction work based on full plans and specifications for facilities within the States of South Carolina and North Carolina. Facilities is defined as 1) nonresidential buildings, other than industrial buildings and warehouses. The areas of consideration wil l include, but not be limited to, Air National Guard and National Guard facilities located in South Carolina and North Carolina. Provide the following information not later than one (1) week after the issuance of the RFP, via email to James.Robinson@sc.ng b.army.mil. For purpose of obtaining entry on to the military installation for the pre-proposal conference, please provide the following: 1) Firm Name and Telephone Number, 2) Visitor??????s Name and SSN, 3) Visitor??????s Home Address and 4) Citizenship. The furnishing of the above information, including your Social Security Number, is voluntary. However, your failure to furnish all or part of the information requested may result in the Government??????s denial of your access to the pre-proposal confere nce. Any of the above information furnished by you and protected under the Privacy Act shall not be released unless permitted by law and/or your have consented to such release. Upon receipt of the information, our office will submit a letter to the Base Security Forces authorizing your entrance on the Base(s) designated for the pre-proposal conference. 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-prop osal conference. All questions are to be submitted in writing to James.Robinson@sc.ngb.army.mil. Questions submitted 10 days prior to the closing date may not be addressed before solicitation closing date; therefore, offerors are advised to submit questi ons as soon as possible. The pre-proposal conference will be held at the Office of the Adjutant General, 1 National Guard Rd Columbia, SC 29201 at 09:00 A.M. (ET) on 12 August 2003 and 14 August 2003 at North Carolina Air National Guard, 525 Morris Field Rd, Building 3 Base Civil Engineer Conference Room at 09:00 AM (ET) Charlotte, NC 28208-5797. The Government intends to award multiple awards and reserves the right to cancel the procurement if only one proposal is received that offers the best value to t he Government. The basis of awards is to 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 contract term is anticipated to be for two (2) base years with three (3) option years and will contain a maximum not-to-exceed 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. A minimum guarantee of one order va lued at a minimum of $2,000 will be awarded for each contract for the base year only. Pricing of the prototypical MATOC project is required for the price proposal. Task orders will be issued for the work intended which will require multi-disciplined cons truction services in all aspects of general construction and may involve lead and asbestos abatement. In accordance with FAR 16.505(b), the successful Offerors will compete for all task order awards. Attendance at the site visits and the pre-proposal conferences for task order award are mandatory and the Government will not reimburse contractors for the associated costs. Due to the nature and the need for expe ditious response of the majority of the construction services required, the selected Contractors will be required to maintain a staffed office in the State of South Carolina or North Carolina. The Government will not directly reimburse the Contractors for cost associated with staffing and maintaining this office. As a result of this solicitation, preference will be given to 8(a) and/or HUBZone, and small businesses. Source selection procedures contained in FAR part 15.3 shall be utilized to select the su ccessful offers. Each offeror??????s proposal will be thoroughly evaluated and awards will be made to the each offeror whose proposal is judged to be most advantageous to the Government based upon the evaluation criteria set forth below. It is the Govern ments intent to make an award of a Task Order Contract to a minimum of ten (10)-qualified contractors. Proposals will be evaluated on the following technical factors: FACTOR A: Past Performance and Project Management Ability (1) Past Performance/Company Experience (2) Specialized Experience (3) Specific Personnel (4) Organization (5) Quality Control Plan (6) Schedule (7) Subcontracting Plan (large business only)*(note: ??????go, no-go) FACTOR B: price evaluation Prototypical Project. The Government inten ds 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 Government also reserves the right to conduct discussion if deemed necessa ry to obtain the best value. Proposal opening is scheduled for on or about 25 August 03 at 10:00 AM at the office of the Contracting Officer USPFO, South Carolina. IT IS THE OFFEROR??????S RESPONSIBILITY TO CHECK THE WEB SITE PERIODICALLY FOR ANY AMENDME NTS OR NOTICES TO THIS SOLICITATION. NOTE: All questions must be submitted in writing to: James.Robinson@sc.ngb.army.mil, or via facsimile transmission to (803) 806-1540. It is preferred that questions be emailed (please clearly indicate your company na me, 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 the web site. The questions and answers will be posted on the website. 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 solicitat ion will be available to download approximately 25 July 2003 at the following web site http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp.
 
Place of Performance
Address: USPFO for South Carolina 9 National Guard Road, Columbia SC
Zip Code: 29201-4763
Country: US
 
Record
SN00366311-W 20030710/030708213829 (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.