Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2008 FBO #2347
SOLICITATION NOTICE

Z -- Multiple Award Task Order Contracts (MATOC)

Notice Date
4/28/2008
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design and Construction Contracting Branch(10PCC), 400 15th Street, SW 2nd Floor, Auburn, WA, 98001-6599, UNITED STATES
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-08-LT-D-0045
 
Response Due
4/3/2008
 
Point of Contact
Sue Saucier,, Phone: 253-931-7127, Dwayne A. Cannon,, Phone: 253-931-7089
 
E-Mail Address
sue.saucier@gsa.gov, dwayne.cannon@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A PRESOLICITATION NOTICE The General Services Administration (GSA) intends to award a Multiple Award Task Order Contract (MATOC). This will be a firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a base performance period of one year and four one-year options. The maximum aggregate amount of the MATOC program, inclusive of all awarded MATOC contracts, including options, shall not exceed $25 Million. The MATOC is intended for minimal design and construction efforts at various GSA facilities supported by the GSA Region 10, Eastern Service Center located in Spokane, Washington. Projects will be located in three areas. Area One (1): Richland, Yakima, Wenatchee, Northern Border Stations. Area Two (2): Spokane, Washington, Northeast Washington Border Stations. Area Three (3): Boise, Idaho. Individual task orders awarded against the MATOC will be competed among other IDIQ awardees and will vary in size ranging from $2,000.00 to $2.59 Million (the 2008 prospectus limit). Most task orders are anticipated to fall in the range of $25,000.00 to $250,000.00. The Government anticipates awarding a minimum of five (5) and a maximum of seven (7) contracts for each area. The solicitation will be issued on a competitive basis and restricted as a Total Small Business set aside. All other firms are deemed ineligible to submit offers. GSA intends to issue all documents to include the initial solicitation, amendments, clarifications letters and other applicable documents electronically. Hard copies of the solicitation will not be provided. The applicable North American Industry Classification System (NAICS) code for this acquisition is 236220. The small business size standard for this code is $31,000,000 in average revenue over the past 3 years. It is anticipated that the solicitation will be issued on or about May 13, 2008. Prospective contractors are responsible for monitoring the FedBizOpps website for any changes or updates. It is highly recommended that while viewing this synopsis on FedBizOpps, contractors register to receive notification of updates. For more information, please contact Sue Saucier at 253-931-7127 or email sue.saucier@gsa.gov. Alternate point of contact is Maria Williams at 253-931-7910 or maria.williams@gsa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6ac8b6fde5bb25cd8835e9aa2f723a00&tab=core&_cview=1)
 
Place of Performance
Address: AREA ONE (1): Richland, Yakima, Wenatchee, Washington and Northern Washington Border Stations.AREA TWO (2): Spokane, Washington, Northeast Washington Border Stations.
Zip Code: AREA THREE (3): Boise, Idaho
 
Record
SN01561828-W 20080430/080428214724-6ac8b6fde5bb25cd8835e9aa2f723a00 (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.