Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOLICITATION NOTICE

Y -- Indiana National Guard MATOC Source Selection

Notice Date
5/14/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Indiana, USPFO for Indiana, 2002 South Holt Road, Indianapolis, IN 46241-4839
 
ZIP Code
46241-4839
 
Solicitation Number
W912L9-09-R-0029
 
Response Due
7/31/2009
 
Archive Date
9/29/2009
 
Point of Contact
Erica Tupper, 812-526-1738<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The Indiana National Guard/USPFO for Indiana intends to issue a Request for Proposal (RFP) to procure Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services in support of the 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 Base, Terre Haute, IN and any other Indiana National guard locations. Typical work includes, but is not 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, limited environmental remediation, construction of new facilities, surveys, studies, design-build and other related work. All work 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) to emergencies via the main office or a staffed satellite office. As a result of this solicitation, the Government intends that a minimum of ten (10) indefinite-delivery, indefinite-quantity, (IDIQ) Task Order Contracts will be awarded, providing sufficient qualified contractors present offers. All awards will be to small business pursuant to a 100% 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 contracting officer may set-aside task orders for 8(a) and HUBZone and Service Disabled Veteran Owned Business, providing 2 or more qualified contractors in each category present conforming offers and are awarded a MATOC. The North American Industry classification System (NAICS) code for this work is 236220 and 237990. The small business size standard is $33.5 million average annual revenue for 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 three (3) one-year option periods. Total contract period to include options shall not exceed five (5) calendar years. Task Orders will range from $200.00 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 offers 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 may be awarded if funds are available. It is anticipated that the solicitation will be available on or about 1 June 2009. A Pre-Proposal conference and site visit is tentatively scheduled for 8 June 2009. Details for registering for the conference will be available in the solicitation Section 0100. Interested parties or contractors are encouraged to attend and shall register in accordance with the provisions outlined in the solicitation. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR internet site at www.ccr.gov or by contacting the CCR Assistance Center (8am - 4pm Eastern Time) 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.tpn.gov. Your 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 will be available from the EBS website www.nationalguardcontracting.org/Ebs/Advertisedsolicitations.asp and www.FBO.gov. All contractors and subcontractors interested in this project MUST register on the www.nationalguardcontracting.org/Ebs/Advertisedsolicitations.asp site. 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 and questions MUST be in writing via EMAIL to erica.tupper@us.army.mil. All answers will be provided in writing via posting to both web locations. DISCLAIMER: The official plans and specifications are located in 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 both above listed websites. 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/spg/USA/NGB/DAHA12/W912L9-09-R-0029/listing.html)
 
Place of Performance
Address: USPFO for Indiana - Camp Atterbury TMT #81 Fairbanks St Edinburgh IN<br />
Zip Code: 46124-5000<br />
 
Record
SN01816678-W 20090516/090514215547-e979f755c5aaa5086c59cdbabdf18330 (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.