Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2010 FBO #3084
MODIFICATION

Y -- Northern California MATOC - Amendment 1

Notice Date
5/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for California, PO Box 8104, San Luis Obispo, California, 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-10-R-0004
 
Archive Date
5/29/2010
 
Point of Contact
Raj Cooper, Phone: 8055946216
 
E-Mail Address
raj.cooper@us.army.mil
(raj.cooper@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment THIS SOURCES SOUGHT IS BEING ISSUED FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE CALIFORNIA NATIONAL GUARD WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT. THE INTENT OF THIS NOTICE IS TO IDENTIFY QUALIFIED SMALL BUSINESS (SB) CONCERNS, CERTIFIED 8(A), HUBZONE, AND SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB) CAPABLE OF PERFORMING ON A MULTIPLE AWARD TASK ORDER CONTRACT (MATOC). The USPFO for California is issuing this sources sought notice to identify potential small, bondable and experienced prime contractors that are capable of acting as prime contractors for an Indefinite Delivery, Indefinite Quantity Multiple Award Task Order Contract for Design Bid Build and Design Build construction projects in support of ongoing requirements for construction, alterations, and repairs of Government facilities, structures and other real property located in Northern California. Northern California will be designated as the following counties: Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Inyo, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Mono, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, San Benito, San Francisco, San Joaquin, San Luis Obispo, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, and Yuba. Type of work includes, but is not limited to: heating, ventilation, and air-conditioning (HVAC) systems and components; plumbing, fire suppression systems; interior and exterior electrical and lighting; fire and intrusion alarm systems; communication systems; utilities; site-work; landscaping; fencing; masonry; roofing repair and new installation, concrete and asphalt paving; storm drainage systems, environmental remediation; construction of new facilities; site surveys and studies; design and construct design-build services; airfield paving; painting; refrigeration systems, asbestos and lead paint removal; demolition and other related work. A MATOC is an Indefinite Delivery, Indefinite Quantity contract for construction services with multiple awardees. Actual work is awarded through the issuance of task orders. Multiple awardees generally compete with each other for task orders. There are some exceptions to this rule, whereby competition may be reduced or task orders are issued non-competitively to one contract holder. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual task orders awarded for individual projects that will be performed in accordance with individual task order requirements or specifications and drawings. These anticipated contracts will consist of a Base Award period of two (2) calendar years, and 3 one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. Delivery Orders will range from $2,000.00 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 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 averaged over the previous three years. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance. The solicitation will be issued on or about March 31, 2010 on the Federal Business Opportunities website at https://www.fbo.gov/. Solicitation and Pre-proposal conference information will be posted at this time. Interested bondable small businesses having the skills and capabilities necessary to perform the stated requirements are invited to submit a completed and signed Sources Sought Information Request Form (see forms attached). Electronic or hard copy submissions are acceptable. Submit hard copy documents to: USPFO for California, Purchasing and Contracting, ATTN: CW2 Raj Cooper, 2303 Napa Avenue, San Luis Obispo, CA 93405-7609. Submit electronic copies to raj.cooper@us.army.mil. Provide the information no later than 2:00 PM Pacific time on March 9, 2010. In the event Small Business contractors are not available for adequate competition for this project, it will be advertised as unrestricted. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-04-13 16:14:07">Apr 13, 2010 4:14 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-05-03 14:08:50">May 03, 2010 2:08 pm Track Changes The USPFO for California is issuing this solicitation for an Indefinite Delivery, Indefinite Quantity Multiple Award Task Order Contract for Design Bid Build and Design Build construction projects in support of ongoing requirements for construction, alterations, and repairs of Government facilities, structures and other real property located in Northern California. Northern California will be designated as the following counties: Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Inyo, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Mono, Monterey, Napa, Nevada, Placer, Plumas, Sacramento, San Benito, San Francisco, San Joaquin, San Luis Obispo, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, and Yuba. Type of work includes, but is not limited to: heating, ventilation, and air-conditioning (HVAC) systems and components; plumbing, fire suppression systems; interior and exterior electrical and lighting; fire and intrusion alarm systems; communication systems; limited utilities; site-work; landscaping; fencing; masonry; roofing repair and new installation, concrete and asphalt paving; storm drainage systems, environmental remediation; construction of new facilities; site surveys and studies; design and construct design-build services; airfield paving; painting; refrigeration systems, asbestos and lead paint removal; demolition and other related work. A MATOC is an Indefinite Delivery, Indefinite Quantity contract for construction services with multiple awardees. Actual work is awarded through the issuance of task orders. Multiple awardees generally compete with each other for task orders. There are some exceptions to this rule, whereby competition may be reduced or task orders are issued non-competitively to one contract holder. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual task orders awarded for individual projects that will be performed in accordance with individual task order requirements or specifications and drawings. These anticipated contracts will consist of a Base Award period of two (2) calendar years, and 3 one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. Delivery Orders will range from $2,000.00 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 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 averaged over the previous three years. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance and Price. See the solicitation for all information. There will be a Pre-Proposal Conference and a site visit for the Prototypical Project on April 28, 2010 at 11:00am Pacific Time. Participants will meet at: Fresno Air National Guard Station, Building 126, 5323 East McKinley Avenue, Fresno, CA, 93727
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-10-R-0004/listing.html)
 
Place of Performance
Address: Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado, Fresno, Glenn, Humboldt, Inyo, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Mono, Monterey, Napa, Nevada, Orange, Placer, Plumas, Sacramento, San Benito, San Francisco, San Joaquin, San Luis Obispo, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou, Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, and Yuba Counties., California, United States
 
Record
SN02138407-W 20100505/100503234504-9902dbb013cdb0c5030f835e4881a1a7 (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.