Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
SOLICITATION NOTICE

38 -- Pennsylvania National Guard Construction Indefinite-Delivery / Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)

Notice Date
3/11/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W912KC-10-R-0001
 
Response Due
4/29/2010
 
Archive Date
6/28/2010
 
Point of Contact
Michael V. Brown, 717-861-6872
 
E-Mail Address
USPFO for Pennsylvania
(mike.v.brown@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Pennsylvania intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services at Pennsylvania Army National Guard and Pennsylvania Air National Guard activities throughout the Commonwealth of Pennsylvania. 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 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 360 minutes (6 hours) in response to emergencies via the main office or a staffed satellite office. 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. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The government anticipates award of a minimum of nine (9) individual MATOC contracts, providing sufficient qualified contractors present offers. Qualified Emerging Small Businesses (see, FAR 19.1002 for definition) will be identified and resulting task orders within ESB reserve (currently, $30,000) will be set aside for exclusive participation by ESB MATOC contract awardees. A minimum of two (2) awards will also be made to Section 8a and Certified HUBZONE Small business concerns and Service Disabled Veteran Owned Business (SDVOB) concerns, providing sufficient qualified contractors present offers. 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 $2,000.00 to $3,000,000.00. The total of individual task orders placed against each contract shall not exceed $30,000,000.00. The selection process will be conducting in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of four (4) Prototypical Projects. Prospective offerors must submit a written past performance and technical proposal and a price proposal for each of the prototypical projects to be considered for award. The prototypical projects will be used to evaluate the price proposal and portions of the technical proposal. The Government intends to award the prototypical projects as the first task orders under the MATOC, subject to the availability of funds; but reserves the right not to award. It is anticipated that the SOLICITATION will be available on-or-about March 29, 2010. A Pre-Proposal Conference, inclusive of group Site Visits for the Prototypical Projects, is scheduled for April 7, 2010 at Fort Indiantown Gap (Annville), Pennsylvania. This date is subject to change. Details concerning the Pre-Proposal Conference actual start time, physical location of facility, change in schedule (if any), and how to register for the Pre-Proposal Conference will be available and identified in the Solicitation Section 00100. Interested contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. No individual conferences or site visits will be permitted. The Solicitation closing date is scheduled for on-or-about April 29, 2010. Actual dates and times will be indentified in the solicitation. All information, amendments and questions concerning this Solicitation will be electronically posted on http://www.fbo.gov. 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. Interested offerors will need their 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 Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. Contractors and subcontractors interested in this project must register at this site. The plans and specifications will be distributed using the Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. FebBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, and 4) E-Mail Address. Registration instruction can be found on the FedBizOpps website at: https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. Bidders/Offerors who have registered with FedBizOpps must access data for this solicitation by way of the FedBizOpps website. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. 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 e-mail to the persons specified in the solicitation. All answers will be provided in writing via posting to the FedBizOpps website. If you have questions concerning this procurement you are encouraged to e-mail your questions to mike.v.brown@us.army.mil AND jason.s.frankenfield@us.army.mil. DISCLAIMER: The official plans and specifications will be located on FedBizOpps, the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to FedBizOpps.gov or fbo.gov 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36/W912KC-10-R-0001/listing.html)
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
Zip Code: 17003-5003
 
Record
SN02089313-W 20100313/100311234726-860dc682a11dc861e2613d6ae516269e (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.