Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
MODIFICATION

Y -- United States Property & Fiscal Office for Rhode Island intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC)

Notice Date
8/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD-10-R-0001
 
Response Due
10/10/2010
 
Archive Date
12/9/2010
 
Point of Contact
Mona Morin, 401-275-4248
 
E-Mail Address
USPFO for Rhode Island
(mona.morin@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
United States Property & Fiscal Office for Rhode Island intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, and construction services at the various National Guard facilities in Rhode Island. Typical work includes, but is not be 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, 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 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. This is a Small Business Set-aside (SB). The government anticipates award of a minimum of ten (10) individual MATOC contracts, providing sufficient qualified contractors present offers. Awards will be made to Small Business (SB) concerns providing sufficient qualified contractors present offers. The small business size standard is $33.5 million (Construction NAICS Subsector 236 and 237) average annual revenue for the previous three years. All responsible firms may submit an offer. 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. Task 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 selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of Prototypical Projects. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the prototypical project(s) to be considered for award. The prototypical project(s) will be used to evaluate the price proposal and portions of the technical proposal and may be awarded if funds are available. It is anticipated that the solicitation will be available on or about 27 August 2010. A tentative date for the pre-proposal conference and site visit is scheduled for 3 September 2010 at 10:00AM Details for registering for the conference will be available 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. The solicitation closing date is scheduled for on-or-about 10 October 2010. Actual dates and times will be identified in the solicitation. The Source Selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures. The Government intends to award without discussions. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.ripfo.ngb.army.mil/EBS/ADVERTISEDSOLICITATIONS.ASP. 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. 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 and the plans and specifications will be available only from the Federal Business Opportunities (FEDBizOpps) website on-line at https://www.fbo.gov. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition related information for all Federal agencies. Interested bidders/offers must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information. 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, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Reference Paragraph 4.4, Vendor Guide, for instructions to retrieve the specification and drawing documents for this project. Bidders /offerors who have registered with FedBizOpps must access the data for this solicitation by way of the link issued with the solicitation. Bidders/offerors cannot log into the FedBizOpps home page and search data. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specifications are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.ripfo.ngb.army.mil/EBS/ADVERTISEDSOLICITATIONS.ASP 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. No telephone requests will be accepted. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions to p&c@ri.ngb.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA37/W912LD-10-R-0001/listing.html)
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI
Zip Code: 02906-1954
 
Record
SN02235711-W 20100812/100811000207-ce12f2b449b88582747725e4f3debf12 (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.