Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

Y -- MATOC for Army and Air National Guard in Nebraska

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Nebraska, 1234 Military Road, Lincoln, NE 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
W91243-05-R-0004
 
Response Due
9/6/2005
 
Archive Date
11/5/2005
 
Small Business Set-Aside
N/A
 
Description
The Nebraska National Guard, Lincoln, Nebraska is soliciting competitive proposals for a Best Value, Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for maintenance, repair, and construction serv ices in support of statewide federal contract requirements for Army and Air National Guard in Nebraska. Work includes but is not limited to, interior and exterior renovation and alterations, electrical, plumbing, mechanical, heating and air conditioning, H VAC controls, communications, fire suppression and protective systems, masonry, concrete, asphalt paving, all necessary site work, landscaping, fencing, roofing, storm drainage, limited environmental remediation, construction of new facilities, demolition, and other related work. All work shall be completed in accordance with individual task order requirements, specifications/drawing provided with each project or master specifications. The awarded contracts will consist of a Base Period of two (2) calendar years, and two (2) one-year option periods. Total contract period, to include all options shall not exceed four (4) calendar years. The applicable North American Industry Classification System (NAICS) codes include: 236-Construction of Buildings and 237-He avy and Civil Engineering Construction, the SIC Code is 1542, and the Small Business size standard is $28.5 million annual receipts for the past three (3) year period. Delivery Orders will range in price from $2,000.00 to $1,000,000.00. The total of indivi dual task orders placed against any one individual (MATOC) contract shall not exceed $10,000,000.00 to any one contractor. The government intends to award a minimum of three (3) and a maximum of twenty (20) individual (MATOC) contracts, providing sufficien t 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 contractors present offers and two (2) awards made to Small Business Administr ation SBA 8(a), HUBZone and/or Service-Disabled Veteran Owned Qualified contractors providing sufficient qualified contractors present offers. All other awards will be unrestricted and are being made pursuant to the Small Business Competitiveness Demonstra tion Program (ref. FAR 19.10). A small business subcontracting plan is required if the offeror is a large business and must be submitted with the offer. The selection process will be conducted in accordance with FAR Part 15.3 source selection procedures. P roposal will be evaluated on Past Performance, and Price Evaluation of the seed projects. Prospective offerors must submit a written past performance and price proposals for the seed projects to be considered for award. The Government intends to award with out discussions, therefore, the Offerors initial proposal shall contain its best terms from a cost standpoint. It is anticipated that the solicitation will be available for distribution on or about 3 August 2005. A site visit and pre-proposal conference i s scheduled for on or about 11 August 2005. Actual dates and times will be identified in the solicitation. Interested contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation, prior t o 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.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. For securit y 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 do wnload the plans or drawings for the seed projects from the web site. No telephone requests will be accepted. This solicitation is not a competitive bid and the re will not be a formal public bid opening. Point of contact for this solicitation is Mr. David Rasmussen, david.s.rasmussen@ne.ngb.army.mil, 402.309.7576.
 
Place of Performance
Address: USPFO for Nebraska 1234 Military Road, Lincoln NE
Zip Code: 68508-1092
Country: US
 
Record
SN00852001-W 20050723/050721212231 (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.