Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2008 FBO #2586
SOURCES SOUGHT

Z -- Repair and Alteration of Real Property for Portland ANG Base, Portland, OR, Kingsley Field ANG Base, Klamath Falls, OR and Camp Rilea, Warrenton, OR

Notice Date
12/23/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-09-R-0003
 
Response Due
3/6/2009
 
Archive Date
5/5/2009
 
Point of Contact
cecily martinez, 503-584-3775<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Oregon intends to issue a Request for Proposal (RFP) W912JV-09-R-0003, for a construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for maintenance, repair, construction and design-build services throughout the State of Oregon. Predominant locations in Oregon are: Portland Air National Guard Base, Portland, OR, Kingsley Field Air National Guard Base, Klamath Falls, OR and limited work in Camp Rilea, Warranton, OR. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, environmental remediation, construction of new facilities, surveys, studies, design-build, airfield paving and other related work. All will be in accordance with individual task order requirements, specifications, and drawings provided with each project or master specifications. Prospective contractors must be able to respond within 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. The Government anticipates award of a minimum of eleven (11 individual MATOC contracts, providing sufficient qualified contractors present offers). A minimum of two (2) awards will be made to Section 8(a) and Certified HUBZone Small Business concerns and Service Disabled Veteran Owned Business (SDVOB) concerns, providing sufficient qualified contractors present offers. All other awards will be total small business set-aside. Qualified Emerging Small Businesses (See FAR 19.1002 for definition) will be identified and resulting task orders within the ESB reserve (currently $30,000.00) will be set-aside for exclusive participation by ESB MATOC contract awardees. The North American Industry Classification System (NAICS) code for this work is 236220 and 237990. The small business size standard is $31.0 million average annual revenue averaged over the previous three years. All responsible firms may submit an offer. These anticipated contracts will consist of a Base Award period of two (2) calendar years, and 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 selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Prototypical Project. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the prototypical project to be considered for award. The prototypical project will be used to evaluate the price proposal and portions of the technical proposal and will be awarded if funds are available. It is anticipated that the solicitation will be available January 27, 2009. A Pre-proposal conference and site visit of the two primary facilities is scheduled for February 17, 2009 for Portland Air National Guard Base, 6801 Cornfoot Road, Portland, OR 97218 at 1000 local time and February 19, 2009 for Kingsley Field Air National Guard Base, 221 Wagner St, Suite 16, Klamath Falls, OR, 97603 at 1000 local time. Details for registering for the conferences will be available in the solicitation Section 00100. Interested contractors are required to attend and should register in accordance with the requirements to be provided in the solicitation. Information for entrance onto the facilities will be provided in the solicitation. Attendees to the pre-proposal conference are cautioned not to get lost or be late. The Government will not wait for anyone and their will not be other pre-proposal conferences scheduled. The solicitation closing date is scheduled for on-or-about March 6, 2009. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.selfridgecontracting.com/Ebs/AdvertisedSolicitations.asp. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the Federal Business Opportunities (FedBizOps) website on-line at http://www.fbo.gov/. Interested bidders shall register on the FedBizOpps website to access and download the specifications and drawings associated with the referenced project. Registration information is available on the FedBizOpps homepage. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractors Registration (CCR) and the Federal Business Opportunities (FedBizOpps) in order to view or download the plans or drawings from the web site. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in this announcement. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions to cecily.martinez@us.army.mil DISCLAIMER: The official plans and specifications are located on the official Government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fd986f099d2c1a14dbade132646d3e5c&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14840 Salem OR<br />
Zip Code: 97309-5008<br />
 
Record
SN01723355-W 20081225/081223215220-fd986f099d2c1a14dbade132646d3e5c (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.