Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2005 FBO #1136
SOLICITATION NOTICE

Y -- Best Value Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for maintenance, repair, construction, and design-build services.

Notice Date
1/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V-05-R-0003
 
Response Due
3/10/2005
 
Archive Date
5/9/2005
 
Small Business Set-Aside
N/A
 
Description
The Montana National Guard wishes to solicit proposals for a Best Value Construction Indefinite Delivery  Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for maintenance, repair, construction and design-build services in suppor t of the Air National Guard activities in the State of Montana. Projects will be performed at the Montana Air National Guard Base/Station located at the Great Falls International Airport, Great Falls, Montana or at Malstrom AFB, Great Falls, Montana. The se will be multi-disciplined contracts consisting of a Base Award Period of two calendar years, and 3 one-year option periods. Total contract period, including options, shall not exceed five (5) calendar years. The total of individual task orders placed a gainst this contract shall not exceed $15,000,000 to any one contractor. The minimum task order amount the contractor is obligated to accept under the resulting contract is $2,500. Contractors awarded an IDIQ MATOC are guaranteed a minimum order of $2,500 with a minimum fee of $250 during the term of the resulting contract. The maximum Task Order limit is $3,000,000. NAICS CODES: 236 and 237, $28,500,000 is the small business size standard. The government intends to award a minimum of seven individual MAT OC contracts, providing sufficient qualified contractors present offers. Awards will be made to Emerging Small Businesses, 8(a), and/or HUBZONE qualified contractors, providing sufficient qualified contractors present offers. All other awards will be unres tricted and are being made pursuant to the Small Business Competitiveness Demonstration Program (FAR 19.10). The HUBZone preference of 10% is applicable in accordance with FAR 52.219-4. The Government will award contracts resulting from this solicitation t o the responsible offerors whose offer conforming to the solicitation will be most advantageous representing the best value to the Government, price and other factors considered. The technical factors include past performance and technical considerations, which are of equal weight, but when combined are significantly more important than price. This project has been assigned Request for Proposal (RFP) number, W9124V-05-R-0003. The solicitation will only be available from: http://montanaguard.com/USPFO_Home.h tm. The RFP will be available on or about 7 February 2005. The specifications and IFB packet will be in Adobe Acrobat Reader format, which is free software available at www.adobe.com. It is the potential offerors responsibility to monitor the Guards Inte rnet site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). The proposal due date will be on or about 10 March 2005. Proposals need to be mailed or d elivered to the USPFO-Purchasing and Contracting Office, P.O. Box 4789, Helena, MT 59604-4789. For UPS or FedEx, proposals should be delivered to USPFO-Purchasing and Contracting Office, 1900 Williams St., Helena, MT 59601. The anticipated award date is on or about 2 May 2005. Successful offerors must be registered with the Central Contractor Registration (CCR). CCR Registration information may be accessed online at http:// www.ccr.gov/.
 
Place of Performance
Address: Montana Air National Guard 2800 Airport Avenue B and/or Malmstrom AFB Great Falls MT
Zip Code: 59404
Country: US
 
Record
SN00728739-W 20050105/050103211901 (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.