Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2004 FBO #1068
MODIFICATION

Z -- Work includes, but is not limited to, facility alteration, renovation and modernization, mechanical, HVAC, plumbing, electrical, roofing, interior wall construction etc.

Notice Date
10/27/2004
 
Notice Type
Modification
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-05-R-0001
 
Response Due
11/29/2004
 
Archive Date
1/28/2005
 
Small Business Set-Aside
N/A
 
Description
The Massachusetts National Guard is soliciting competitive proposals for Best Value Vertical Construction, Indefinite Delivery- Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for projects in support of USPFO for Massachusetts, Massachusetts Military Reservation, Cape Cod, MA, Barnes ANGB, Westfield MA and other locations in Massachusetts. Work includes, but is not limited to, facility alteration, renovation and modernization, mechanical, HVAC, plumbing, electrical, roofing, interior wall construction and relocation, interior and exterior painting and refinishing, fire suppression and protection systems, work on hangers, overhead doors, incidental concrete/asphalt paving, demolition and design build and modified design build in accordance with delivery order requirements, specifications and drawings provided with each project or master specifications. The source selection process will be conducted in accordance with FAR Part 15.3 and DFAR 215.3, source selection procedures. Th ese contracts will consist of a Base Award Period of two (2) calendar years, and three (3) one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. Delivery Orders will range from $2,000.00 to $3,000,000 .00. The total of individual task orders placed against this contract shall not exceed $20,000,000.00 to any one contractor. The applicable SIC Code is 1542, North American Industry Classification System (NAICS) Codes are 236 and 237 and the Size Stand ard for Small Businesses is $28.5 million annual receipt for the past 3 years. The government intends to award a minimum of nine (9) individual MATOC contracts, providing sufficient qualified contractors present offers. A minimum of three (3) award s will be set-asid e for Emerging Small Business (See FAR 19.1002 for definition) providing sufficient qualified contractor s present offers and two (2) awards will be made to 8(a), HUBZone and/or Service-Disabled Veteran Owned qualified contractors provid ing sufficient qualified contractors present offers. All other awards will be unrestricted and are being made pursuant to the Small Business Competitiveness Demonstration Program, FAR 19.1007(a)(2)). A Small Business subcontracting plan will be require d if the offeror is a large business and must be submitted with offer. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of Prototypical Project. Prospective offerors must submit a written past performance and technical propo sal and a price proposal for the prototypical project to be considered for award. The prototypical project will be used to evaluate the price proposal and portions of the technical proposal. It is anticipated that the solicitation will be available for dis tribution on or about 27 October 2004. A site visit and Pre-proposal conference is scheduled for 5 November 2004. Actual dates and times will be identified in the solicitation. Interested contractors are encouraged to attend and should register in accordan ce with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.nation alguardcontracting.org/Ebs/AdvertisedSolicitations.asp For security reasons, all potential offerors, plan rooms and printing companies are required to register in the Central Contractor Registration (CCR), http://www.ccr.gov/ and the Federal Technical Data Solution (FedTeDS) https://www.fedteds.gov in order to view or download the plans or drawings from the web site. No telephone requests will be accepted. This solicitation is not a competitive bid and there will not be a formal public bid opening. Poin t of contact is MSG Dennis Ayotte, 508-233-6698, DSN 256-6698, email address: dennis.ayotte@ma.ngb.army.mil
 
Place of Performance
Address: USPFO for Massachusetts 50 Maple Street, Milford MA
Zip Code: 01757-3604
Country: US
 
Record
SN00699826-W 20041029/041027211959 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.