Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOLICITATION NOTICE

Z -- MATOC IDIQ - Massachusetts National Guard

Notice Date
1/4/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Massachusetts, 50 Maple Street, Milford, Massachusetts, 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-10-R-0004
 
Point of Contact
Jean T. Greenwood, Phone: 508-233-6663, Erika L Reinikainen, Phone: 508-233-6669
 
E-Mail Address
jean.greenwood@us.army.mil, erika.reinikainen@us.army.mil
(jean.greenwood@us.army.mil, erika.reinikainen@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Massachusetts National Guard/USPFO for Massachusetts 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 Joint Force Headquarters for the Massachusetts National Guard; Camp Edwards; 104th Fighter Wing, Barnes Air National Guard Base; 102nd Intelligence Wing, Otis Air National Guard Base; and any other Massachusetts 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, demolition, 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 to award a minimum of ten (10) indefinite-delivery, indefinite-quantity, (IDIQ) Task Order Contracts, providing sufficient qualified contractors present offers. ALL AWARDS WILL BE TO SMALL BUSINESS PURSUANT TO A 100% SMALL BUSINESS SET-ASIDE. A minimum of two (2) awards will be made to Section 8(a) concerns, two (2) awards will be made to Certified HUBZONE Small business concerns, and two (2) awards will be made to Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, providing sufficient qualified contractors present offers. The North American Industry classification System (NAICS) codes for this work are 236210 Industrial Building Construction, 236220 Commercial and Institutional Building Construction, 237310 Highway, Street, and Bridge Construction, 237990 Other Heavy and Civil Engineering Construction, 238160 Roofing Contractors, 238210 Electrical Contractors, and 238220 Plumbing, Heating, and Air-Conditioning Contractors, 238910 Site Preparation Contractors, 238990 All Other Specialty Trade Contractors, and 562910 Remediation Services. The small business size standard is $33.5 million average annual revenue for NAICS codes 236210, 236220, 237310 and 237990, and $14 million for all others, for the previous three years. All responsible SMALL BUSINESS CONCERNS 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 and Price Evaluation of a Prototypical Projects. Prospective offers must submit a written past performance and a price proposal for prototypical projects to be considered for award. The prototypical projects will be used to evaluate the price proposal(s). The Government anticipates issuing a solicitation on or around 19 January 2010. Details on the date, time, location and registration for the Pre-Proposal Conference will be available in the solicitation Section 00100. 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 Central Contractor Registration (CCR) database. Firms can register via the CCR internet site at www.ccr.gov. 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 will be available from the National Guard Bureau's Business Opportunities Website for Electronic Business Solicitations (EBS) website at www.nationalguardcontracting.org/Ebs/Advertisedsolicitations.asp and the Federal Business Opportunities (FedBizOpps) website at www.FBO.gov. The solicitation and amendments will be available only from the EBS website; specifications, plans and addendum will be available only from the FedBizOpps website. All contractors and subcontractors interested in this project MUST register on BOTH websites. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractors Registration (CCR) and FedBizOpps in order to view or download the plans or drawings from the FedBizOpps 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 jean.greenwood@us.army.mil with a courtesy copy to erika.reinikainen@us.army.mil. All answers will be provided in writing via posting to the EBS web site. DISCLAIMER: The official plans and specifications will be located in the official government web page, FedBizOpps, and the government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS web site. Corresponding addendum will be available on FedBizOps. This will normally be the only method of distributing amendments and addendum prior to closing, therefore, it is the offerors responsibility to check BOTH websites periodically for any amendments to the solicitation and plans. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-10-R-0004/listing.html)
 
Place of Performance
Address: Massachusetts, United States
 
Record
SN02034243-W 20100106/100104235340-717c4b04c1ee0cfa02e2081fac2b9656 (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.