Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2005 FBO #1488
SOLICITATION NOTICE

Z -- Multiple Award Task Order Contract - Oklahoma

Notice Date
12/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
138th FW/LGC, Oklahoma Air National Guard, 4200 North 93rd East Avenue, Tulsa, OK 74115-1699
 
ZIP Code
74115-1699
 
Solicitation Number
W912L6-06-R-0001
 
Response Due
2/6/2006
 
Archive Date
4/7/2006
 
Small Business Set-Aside
N/A
 
Description
The Oklahoma 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 Oklahoma, Fort Sill Army National Guard Facility, Fort Sill; Regional Training Institute, 63rd and Kelly, Oklahoma City; Oklahoma ANG Bases in Tulsa and Oklahoma City; Camp Gruber in Muskogee; and the Multi-unit Armory in Sand Springs. Work includes, but is not limited to, fa cility 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 w ill be conducted in accordance with FAR Part 15.3 and DFAR 215.3, source selection procedures. These 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, N orth American Industry Classification System (NIACS) code is 236220 and the Size Standard for Small Businesses is $31 million annual receipts for the past three (3) years. The government intends to award a minimum of ten (10) individual MATOC contracts, pr oviding sufficient qualified contractors present offers. A minimum of three (3) 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 will be made to 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 Demonstration P rogram, FAR 19.1007(a)(2). A Small Business subcontracting plan will be required if the offeror is a large business and must be submitted with offer. Proposals will be evaluated on Past Performance, and Price Evaluation of Prototypical Project. Prospective offerors must submit a written past performance and a price proposal for the prototypical projects to be considered for award. The prototypical projects will be used to evaluate the price proposals. It is anticipated that the solicitation will be availabl e for distribution on or about 5 January 2006. A site visit and Pre-proposal conference is scheduled on or about 11 January 2006. Actual dates and times will be identified in the solicitation. Interested contractors are encouraged to attend and should regi ster in accordance 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: h ttp://www.nationalguardcontracting.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://ww/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 bid opening. Point of contact is SMSgt Deborah Hailey, 918-833-7305, DSN 894-7305, e mail address: Deborah.hailey@oktuls.ang.af.mil
 
Place of Performance
Address: 138 MSG/MSC (Oklahoma National Guard - Statewide) 9100 East 46th Street North Tulsa OK
Zip Code: 74117-5801
Country: US
 
Record
SN00956183-W 20051223/051221212430 (fbodaily.com)
 
Source
FedBizOpps 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.