Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2005 FBO #1168
MODIFICATION

Z -- Multiple Award Best Value Construction Task Order Contract (MATOC) for various Rhode Island Army and Air National Guard locations Statewide.

Notice Date
2/4/2005
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD-05-R-0001
 
Response Due
3/15/2005
 
Archive Date
5/14/2005
 
Small Business Set-Aside
N/A
 
Description
Multiple Award Best Value Construction Task Order Contract (MATOC). The USP&FO for Rhode Island is soliciting proposals from General Contractors only for multiple award, multiple discipline, multiple-year maintenance, repair, alteration, demolition a nd construction contracts to support the Rhode Island National Guard (Statewide). Work to be performed at various Army and Air National Guard locations Statewide. Work includes, but is not limited to, new construction, facility alteration, renovation and m odernization, mechanical (HVAC), plumbing, electrical, roofing, interior wall construction and relocation, interior and exterior painting and refinishing, fire suppression and protection systems, work on hangars, overhead doors, concrete/asphalt paving, d emolition, and design-build in accordance with Task Order requirements, specifications, default technical specifications, drawings, and/or statements of work (SOW) provided with each individual Task Order Request for Proposal (TORFP). TORFPs will be issued to TOC contractors based on the low competitive price or a combination of price and other factors (best value judgment) in accordance with FAR 16.505. MATOC's may be issued for a period of one (1) Base year from the date of contract award, with options to extend contracts for four (4) additional years (each year a separate Option). TOC's will range from a minimum of $2,000.00 to a maximum of the authorized level stated in the National Guard Federal Acquisition Supplement (NGFARS) (currently $3,000,000.00) with the possibility of exceeding $3 million upon approval of the Chief, National Guard Bureau per NGFARS 1.602-2, Table 1-1, Note D. THE TOTAL OF INDIVIDAUL TASK ORDERS PLACED AGAINST THIS CONTRACT SHALL NOT EXCEED $20,000,000.00 to any one contractor ove r the possible five-year term. However, if the contractor fails to submit a proposal on what the Government determines is a reasonable number of proposed Task Order Requests For Proposals, the contractor waves its' right to the minimum guarantee ($200.00) . The following North American Industrial Classification System (NIACS) codes are applicable to this procurement: 236, and 237, and the Small Business Size Standard is $28.5 million annual average gross revenues for the past three (3) years. The Government anticipates awarding three (3) individual MATOC's per dollar category providing sufficient qualified contractors present offers. All projects between $2,000.00 to $25,000.00 will be 100% set-aside for Emerging Small Business (FAR 19.1002). Emerging Small Business means a small business concern whose size is no greater than 50% of the numerical size standard applicable to the NAICS code assigned to a contracting opportunity (currently $28.5 million). All other projects between $25,001.00 and the NGFARS maxi mum (currently $3.0 million) 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 required if the contractor is a large business and mu st be submitted with the offer. Source selection procedures in accordance with FAR Part 15.3 shall be utilized for the basic MATOC. Significant evaluation criteria for the basic contract in descending order of importance are (1) Current/Present and Past Pe rformance; (2) Technical; and (3) Price Proposal(s) for the Prototypical Project(s). All responsible sources may submit a proposal, which shall be considered. Interested parties may download a copy of the Request For Proposal (RFP) by registering on the US P&FO for RI Internet site at http://www.ripfo.ngb.army.mil/ebs/advertisedsolicitations.asp. You must refer to RFP No. W912LD-05-R-0001. No telephone requests will be accepted; a hard copy will not be issued. NOTIFICATIONS OF ANY CHANGES TO THIS SOLICITATIO N (AMENDMENTS) SHALL BE MADE ON THE INTERNET only via Solicitation Amendment. Therefore, it is the offer's responsibility to check the web-site address daily fo r any posted changes to the solicitation or its' plans and specifications. Any changes to the solicitation release date, pre-proposal meeting, or proposal due date will be posted only on the web page. Pre-proposal Conference(s) and directions will be poste d on the Internet. The proposal due date will be on page one (1) of the solicitation. Contractors interested in attending a pre-proposal conference should be prepared to submit, in writing, any questions to be addressed at the time of the conference, but m ay submit questions, in writing, to the Contracting Officer before the conference as well. The solicitation will be available 15 calendar days after publication in the CBD. The solicitation is anticipated to be available on 11 February 2005. Written propos als must be submitted to CW5 Marcel Cartier at the following address: U.S. Property & Fiscal Office for Rhode Island, 330 Camp Street, Providence, Rhode Island 02906 -1954 . Proposals will be due not later than (NLT) 2:00PM on March 15, 2005; and must refe rence the solicitation number on the outside of the package. MATOC awardees must be able to respond to short notice site-visits/proposal meetings (within two (2) hours of receiving notice) when necessary. This solicitation is not a competitive bid and ther e will not be a formal public bid opening.
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI
Zip Code: 02906-1954
Country: US
 
Record
SN00746032-W 20050206/050204212135 (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.