Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
SOLICITATION NOTICE

Z -- Multiple Award Task Order Contract - Indiana

Notice Date
3/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
122 FW/LGC, 3005 West Ferguson Road, Fort Wayne IAP, IN 46809-0122
 
ZIP Code
46809-0122
 
Solicitation Number
W912L9-06-R-0001
 
Response Due
5/15/2006
 
Archive Date
7/14/2006
 
Small Business Set-Aside
N/A
 
Description
The Indiana National Guard is soliciting competitive proposals for Best Value Construction, Indefinite Delivery- Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for projects in support of USPFO for Indiana, Camp Atterbury Joint Maneuver Training Center, Edinburgh, IN; Jefferson Proving Ground, Madison, IN; Muscatatuck Urban Training Center, Butlerville, IN; 122nd Fighter Wing, Indiana Air National Guard Base, Fort Wayne, IN; and 181st Fighter Wing, Indiana Air National Guard Bas e, Terre Haute, IN. 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 su ppression 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 proj ect or master specifications. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS 215.3, source selection procedures. These contracts will consist of a Base Award Period of two (2) calendar years, and three (3) one-yea r 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) Code is 236220 and the Size Standard for Small Businesses is $31 million annual receipts for the past 3 years. The government intends to award a minimum of ten (10) individual MATOC contracts, providing sufficient 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 contrac tors present offers and three (3) 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 will be made pursuant to the Small Business Competitiveness Demonstration Program, 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 P rice Evaluation of Prototypical Project. Prospective offerors must submit a written past performance and a price proposal for the prototypical project to be considered for award. The prototypical project will be used to evaluate the price proposal. It is a nticipated that the solicitation will be available for distribution on or about 07 April 2006. A site visit and Pre-proposal conference is scheduled for on or about 18 April 2006. Actual dates and times will be identified in the solicitation. Interested co ntractors are encouraged to attend and should register 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: http://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 Reg istration (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 competit ive bid and there will not be a formal public bid opening. Point of contact is 1Lt Chris Purtell, 317-247-3514, DSN 369-2514, email address: chris.purtell@us.ar my.mil
 
Place of Performance
Address: USPFO for Indiana 2002 South Holt Road Indianaplis IN
Zip Code: 46241-4839
Country: US
 
Record
SN00998036-W 20060304/060302212431 (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.