Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2006 FBO #1584
MODIFICATION

Y -- Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract for Various Construction Projects to be Largely Performed on the West Coast, Multiple Award Task Order Contract (MATOC).

Notice Date
3/27/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133A-06-RP-0069
 
Response Due
5/8/2006
 
Archive Date
5/23/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Western Region, Acquisition Management division, Seattle, Washington, intends to procure a Small Business Set-Aside Multiple Award Task Order Contract (MATOC) for the Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA). The MATOC will be an Indefinite Delivery Type Construction contract with incidental Architect-Engineer (A-E) services of facility repair, rehabilitation, remodeling and major construction projects. The Joint Total Acquisition Value (JTAV) for this contract is $50M for a period of five years. The minimum guarantee is $10K for each contract awarded. The individual Task Orders (TO) will be Firm-Fixed-Price. TO?s issued under the resultant contracts will be competed amongst the awardees, unless exempted under FAR 16.505. The various projects for this contract may include, but are not limited to, laboratories, weather forecast offices, administrative offices, docks, piers, public visitor centers and other NOAA and DOC owned facilities. The majority of work will be for projects located on the western half of the United States; however, nationwide capability may be required. Projects which may be procured through this solicitation may be located in, but not be limited to, the states in the states of Washington, California, Alaska, Hawaii and American Territories. Firms that respond to this announcement must demonstrate their ability to provide full design and construction service capabilities. Bonding capacity will be required to be submitted on each project in the amount of a 20% Bid Bond. The estimated price range of various projects is between $100K and $5M. The types of work to be accomplished may include, design and construction of biology laboratories, chemical laboratories, special use laboratories, office and administrative buildings, interior design and furnishings, docks, piers, bulkheads, seawater tanks and supply systems, piping and utility systems, sewers, water supply systems, fire detection and fire sprinkler systems, building renovations, power supply systems, electrical renovations, mechanical piping systems, lab gas systems, ventilation hoods and devices for laboratories, HVAC systems, emergency power systems, back up power systems, demolition of buildings, utilities, walls or pavements, new buildings, housing, weather forecast offices and other facilities. Investigation, studies, and design services incidental to building design and construction may also be included. The types of skills required may include, but will not be limited to: estimators, Computer Aided Design and Drafting (CADD) operators, draftsmen, superintendents, industrial hygienists, architects, interior designers, environmental engineers, structural engineers, mechanical engineers, electrical engineers, civil engineers, geologists, truck drivers, equipment operators, laborers, electricians and other construction tradesmen. Specific needs will not be known until projects are determined. The NAICS code is 236220 with a size standard of $31M. This procurement is 100% Small Business Set-Aside. This is a Request for Proposal and offers will be evaluated on the following technical basis: 1) Technical Experience, to include evaluation of the relevant fields of construction and incidental A-E design; 2) Past Performance to determine the contractors? ability to perform on previous, similar construction projects; 3) Price, to be evaluated on a sample or real project. A request for proposal (RFP) solicitation will be available on or about March 27, 2006 through FedBizOps. The proposal due date and time will be stated on the RFP and must be submitted by the closing date of the solicitation. The anticipated due date for proposals is on or about May 8, 2006. Interested parties should use the FedBizOps REGISTER TO RECEIVE NOTIFICATION and REGISTER AS AN INTERESTED VENDOR feature which provides notification when the RFP becomes available for download and all postings associated with the solicitation. No paper copies of the solicitation will be issued. No telephone, facsimile, or written request will be accepted. It is the incumbent upon interested parties to register at the solicitation?s site for notification and to review the site frequently for any updates/amendments to any and all documents. Technical questions regarding this solicitation should be addressed to Rose.N.Olds@noaa.gov. All responsible responsive sources may submit an offer which will be considered by the Agency. All contractors must be registered with the Central Contractor Registry (CCR) and Online Representations and Certifications Application (ORCA). Information for getting registered may be obtained at http://www/ccr/gov/ and http://www.bpn.gov, respectively. In order to register with the CCR and ORCA to be eligible to receive an award, all Offerors must have a Dun and Bradstreet (D&B) number. A D&B number may be required free of charge by contacting D&B on-line at https://www.dnb.com/oroduct/eupdate/requestOptions.html or by phone at (800) 333-0505. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified in the specifications for failure to complete project on schedule. Proposals shall be mailed to the U.S. Department of Commerce, NOAA, WRAD, Building 1, 7600 Sand Point Way N.E., Seattle, WA 98115, Attn: Rose N.S. Olds. Questions of a technical nature may be addressed to tom.r.martin@noaa.gov and those of a contractual nature may be addressed to rose.n.olds@noaa.gov. No telephone inquiries will be honored.
 
Place of Performance
Address: Western half of the United States; however, nationwide capability may be required.
Country: USA
 
Record
SN01015248-W 20060329/060327211703 (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.