Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

Z -- Multiple Award Task Order Contract (MATOC) for a variety of construction/building related efforts at the Defense Distribution Depot Susquehanna Pennsylvania (DDSP), New Cumberland PA

Notice Date
4/14/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-10-R-0029
 
Point of Contact
DONNA A KAUTZ, Phone: 717-770-6563
 
E-Mail Address
donna.kautz@dla.mil
(donna.kautz@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Depot Susquehanna Pennsylvania(DDSP), New Cumberland PA 17070 has a requirement for the establishment of an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for a variety of construction/building related efforts to include, but not limited to industrial, recreational, general, alteration, maintenance, repair, design/build and new. All work shall be performed at DDSP, New Cumberland PA site. All work will be in accordance with individual task order requirements, specifications and drawings provided with each project. A complete general specification and drawing package will be provided when the solicitation is issued. The NAICS Code for this procurement is 236220. The small business size standard is $33,500,000. The tentative timeframe for issuance of the Request for Proposal (RFP) SP3300-10-R-0029 will be on or around the week of May 3, 2010. The solicitation will also establish the RFP due date and time. A pre-proposal Conference/Site Visit will be conducted. The exact date and time for this conference will be stated in the solicitation package. The solicitation will be issued as 100% Set-Aside for Small Businesses in accordance with the Competitiveness Demonstration Program and will result in multiple awards. The total combined contract value under this contract is estimated at $15 million dollars. $3 million for the base year and $3 million for each option year should the options be exercised. The contracts will be for a one (1) year base with four (4) one-year option year periods, for a total of five (5) years. Individual task orders will identify the specific time frames required for completion of work. Time frames will be established based on the magnitude and complexity of the task order project. The Government anticipates award of no more than six (6) contracts. Depending on responses, socioeconomic awards may be made to 8(a), HUBZone and Service Disabled Veteran Owned Business (SDVOSB) concerns whose proposals are considered to be the most advantageous to the Government, providing sufficient qualified contractors present offers. All responsible small business firms may submit an offer. Award will be based upon a best value basis in accordance with FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process. The solicitation will provide the evaluation factors for award. The solicitation will also identify all information that a prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. Also, an offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award. Each awarded contractor will be guaranteed a minimum of $5,000.00 during the term of the contract including the option year periods. The minimum ordering limitation per task order will be $3,000.00. The maximum ordering limitation per task order will be $3,000,000.00 per year. Task orders will generally range between $50,000.00 and $300,000.00. Competition for issuance of task orders will be limited to awardees under this contract. Contractors selected for award will be given the opportunity to compete on individual task orders. An award of this initiative is anticipated to be around the beginning of August. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Contract Specialist Donna Kautz at donna.kautz@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the FedBizOpps website for any amendments that may be issued under the RFP. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date and must be acknowledged by the contractor. Failure to acknowledge amendments may render your proposal ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the CCR database.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-R-0029/listing.html)
 
Place of Performance
Address: Defense Distribution Depot Susquehanna Pennsylvania (DDSP), 2001 Mission Drive, New Cumberland, Pennsylvania, 17007, United States
Zip Code: 17007
 
Record
SN02122087-W 20100416/100414235412-79ae222816fb14d77ff8167b2e52d0bf (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.