Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOLICITATION NOTICE

Y -- Indefinite Delivery, Indefinite Quantity (IDIQ) Task Order Contract 100% Small Business Set-Aside to provide a full range of General Facilities Construction Services

Notice Date
2/23/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC1330-10-RP-0007
 
Archive Date
4/8/2011
 
Point of Contact
Jane D. Cerda, Phone: 816-426-7426, Jackie S Smith, Phone: 816-426-2068
 
E-Mail Address
jane.d.cerda@noaa.gov, jacqueline.s.smith@noaa.gov
(jane.d.cerda@noaa.gov, jacqueline.s.smith@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE NOTE THAT THE IDENTIFIER FOR THIS PROJECT HAS CHANGED FROM WC1330-09-RP-0142 TO WC1330-10-RP-0007. THE RFP AND ALL ATTACHMENTS FOR THIS PROJECT WILL BE POSTED IN FBO UNDER WC1330-10-RP-0007. The U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), intends to issue a Request for Proposals (RFP) for an Indefinite Delivery, Indefinite Quantity (IDIQ) Task Order contract to provide a full range of General Facilities Construction (GFC) services. This acquisition is set aside 100% for Small Businesses. The scope of services under this proposed contract includes, but is not limited to the following: Various types of roof installation and repairs that may include polyurethane, shingles, decking, flashing, concrete roofs, and membrane roofs; All construction phases for Automated Surface Observing System (ASOS) rehabilitations; Carpentry work; Antenna Tower installations from 30 feet to 100 feet, including footers and foundations; Mold remediation and sampling; Lightning protection system installation, including ground ring, masts, rods, and exothermic welding; Parking lot sealing and expansions; Fiberglass dome restoration and sectional manufacturing and installation; Electrical branch circuit installation, breaker panel and transformer installation no higher than 480 volts, 3-phase and single-phase; Plumbing installation; 50-to-100 KVA uninterruptible power supply (UPS) battery change outs and UPS installations; Concrete repair for walkways, foundations, pads, piers, and similar structures; Wall air-conditioning (AC) unit installations, 1-to-6 tons; 20kW generator installations including automatic transfer switch (ATS); Installation of less than 20' x 20' prefabricated buildings; Ability to install signage, including earthwork, electrical connections, lighting, and acquisition; Installations and repair of landscaping irrigations system; and Identification of facilities systems deficiencies and development of recommendations for solutions. This contract is required primarily to support the National Weather Services (NWS), Eastern Region (ER), System Operation Division (SOD) which has responsibility for facilities and projects in the eastern half of the nation. Also, these contracts may be used by other components of NOAA and the DOC for similar requirements. Offerors responding to this solicitation must be small businesses. The Government intends to award one single contract consisting of a five-year base period. Award of task orders will be on a firm fixed-price basis. The Total Acquisition Value for this contract is $2,500,000. Services will be implemented through individual task orders and will be issued when need arises during the contract period. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $50,000 is guaranteed to be ordered during the performance period of the contract. The Contractor is not guaranteed work in excess of the minimum guarantee. The evaluation criteria will consist of the following: Past Performance, Construction and Technical Abilities, Management Approach, and Price. The solicitation will contain an initial task order project that shall be priced by all prospective offerors to be responsive to the solicitation. The price proposal submitted for this project shall be the only basis for evaluation of price by the Government. This project will then become the first task order awarded under the successful IDIQ contract. The task order project is as follows: "Contractor shall provide all labor, materials, and equipment to de-energize, dismantle and re-establish the existing Automated Surface Observing System (ASOS) for the National Weather Service (NWS), Weather Forecast Office (WFO), Cleveland, OH. The estimated price range for the task order project is between $25,000 and $100,000. The period of performance for this project shall be ninety (90) calendar days from the date of Notice to Proceed. The North American Industrial Classification System Code (NAICS) is 236220. The size standard for Small Business is $33.5 million. HOW TO OBTAIN A COPY OF THE SOLICITATION: Solicitation No. WC1330-10-RP-0007, Small Business Set-Aside, Indefinite Delivery, Indefinite Quantity (IDIQ) Task Order Contract, along with the Task Order project, and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). Hard copies of the solicitation will not be available. For a copy of the solicitation, please use the FedBizOpps' feature "register to receive notification" as well as "register as an interested vendor". Upon release of the solicitation to the FBO for download, vendors who have registered to receive notification should receive an email from the FBO indicating its availability. Each potential vendor is responsible for checking this website often to obtain all current information associated with this procurement. All responsible sources may submit an offer that will be considered by the agency. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR please access the following web site: http://www.bpn.gov. If assistance is needed with CCR registration, contact the CCR Helpdesk at 1-888-227-2423. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) REQUIREMENTS: ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulation. To be eligible for contract award a firm must be registered in the database. Please register Representations and Certifications at http://orca.bpn.gov. Detailed information can be found by visiting the help section of the ORCA website at http://orca.bpn.gov. The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. In order to register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet at https://eupdate.dnb.com/ or by phone at 1-888-814-1435. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO MONITOR FEDBIZOPPS FREQUENTLY FOR THE RELEASE OF THE SOLICITATION, SPECIFICATION, DRAWINGS, AND ALL SUBSEQUENT AMENDMENTS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC1330-10-RP-0007/listing.html)
 
Place of Performance
Address: Various Locations in the Eastern Portion of the US, United States
 
Record
SN02072913-W 20100225/100223235340-b4fb0dabd850498431ab385a6d5889e0 (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.