Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOLICITATION NOTICE

Y -- Construction

Notice Date
3/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NWWG9430707666JAS
 
Response Due
4/12/2007
 
Archive Date
4/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition Management Division (AMD), intends to award a 100% Small Business Set-Aside, Multiple Award, Task Order Contract. The contract is for the refurbishment of the National Weather Service (NWS) WSR-88D NEXRAD Weather Radar Equipment Shelters. The contracts will be Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) Type Construction contracts for minor refurbishment of pre-cast concrete shelters that house electronic radar equipment. It is the Government?s intent to award approximately four contracts, one for each of the four NOAA Weather Service Regions, for the Western Region (Oregon, Washington, California, Arizona, Nevada, Utah, Idaho, and Montana), Southern Region (Tennessee, Alabama, Arkansas, Mississippi, Georgia, Florida, Oklahoma, Texas, Louisiana, and New Mexico), Central Region (Michigan, Wisconsin, Minnesota, Wyoming, South Dakota, Colorado, Nebraska, North Dakota, Missouri, Kansas, Illinois, Iowa, Indianapolis, and Kentucky), and Eastern Region (Maine, Vermont, New Jersey, South Carolina, North Carolina, Ohio, West Virginia, Virginia, New York, and Pennsylvania). The total contract performance period will be for five years consisting of a base period of 30 calendar months with an option to extend for two additional 12-month periods. Work shall be performed at designated locations throughout a Region. Bonding will be required. The estimated price range for each task order is $25,000.00 to $50,000.00 with the total for each contract estimated at $150,000.00 to $200,000.00. All maintenance tasks are to be performed at the location of the equipment shelters. The contractor shall provide all materials required to accomplish refurbishment of each shelter. The contractor shall be responsible for removal of all waste materials resulting from the maintenance actions. The contractor shall clean and re-coat the roofs; clean and re-seal aggregate surfaces; re-paint metal surfaces; and remove and replace all exterior caulk in joints. The Period of Performance will begin on or about July 1, 2007. The NAICS code is 236220 with a size standard of $31M. This procurement is 100% Small Business Set-Aside. A Request for Proposal (RFP) solicitation will be available on or about April 30, 2007 through FedBizOps and/or Fed Teds. The proposal due date and time will be stated in the RFP. However, the anticipated due date for proposals is on or about May 30, 2007. Parties interested in a copy of the RFP, should submit a request in writing to jacquelyn.a.shewmaker@noaa.gov. Vendors will be notified when the RFP and postings associated with the RFP become available for download. No paper copies of the solicitation will be issued. It is the responsibility of interested parties to download the RFP and related documents from Fed Teds, and to revisit the site frequently to obtain any updates/amendments to any and all documents. Technical questions regarding this solicitation should be addressed to jacquelyn.a.shewmaker@noaa.gov. All responsible responsive small businesses 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.
 
Place of Performance
Address: various locations
Zip Code: 73072
Country: UNITED STATES
 
Record
SN01260825-W 20070330/070328220353 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.