Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
MODIFICATION

Y -- SOLICITATION RESPONSE DUE DATE/TIME HAS BEEN EXTENDED -- SEE AMENDMENT 04 LOCATED AT RI SOLICITATION WEBSITE. Construction Indefinite Delivery-Indefinite Indefinite-Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC)

Notice Date
3/31/2011
 
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-11-R-0001
 
Response Due
4/5/2011
 
Archive Date
6/4/2011
 
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
SOLICITATION RESPONSE DUE DATE/TIME FOR THIS SOLICITATION HAS BEEN EXTENDED TO NLT TUESDAY, 5 APRIL 2011, 1:00PM, VIA AMENDMENT 04. *********************************************************************************** The USPFO for Rhode Island intends to issue a Request for Proposal (RFP) to procure Construction Indefinite Delivery-Indefinite Indefinite-Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services in support of the Rhode Island National Guard located throughout the State of Rhode Island. Typical work includes, but is not limited to: interior and exterior renovations, HVAC and associated controls, energy management systems, storm and sewer main infrastructure, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, demolition, 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 work will be in accordance with individual task order requirements, specifications, and drawings provided with each project or the MATOC master specifications. Prospective contractors must be able to respond within 120 minutes (2 hours) to emergencies via the main office or a staffed satellite office. As a result of this solicitation, the Government intends to award a minimum of ten (10) indefinite-delivery, indefinite-quantity (IDIQ) Task Order Contracts, providing sufficient number qualified contractors present offers. ALL AWARDS WILL BE TO SMALL BUSINESS PURSUANT TO A 100% SMALL BUSINESS SET-ASIDE. Set-asides for other socio-economic programs will be considered providing two or more contractors qualify for the program under consideration (e.g. HUBZone, 8(a), SDVOSB, Woman-owned small business, etc). This solicitation is for GENERAL CONTRACTORS that have the North American Industry classification System (NAICS) codes 236210 Industrial Building Construction, 236220 Commercial and Institutional Building Construction, 237310 Highway, Street, and Bridge Construction, 237990 Other Heavy and Civil Engineering Construction as the main NAICS code. Task Orders to GENERAL CONTRACTORS may also be in subspecialty areas for, but not limited to, the following NAICS codes: 238160 Roofing Contractors, 238210 Electrical Contractors, and 238220 Plumbing, Heating, and Air-Conditioning Contractors, 238910 Site Preparation Contractors, 238990 All Other Specialty Trade Contractors, and 562910 Remediation Services. The small business size standard is $33.5 million average annual revenue for NAICS codes 236210, 236220, 237310 and 237990, and $14 million for all others, for the previous three years. All responsible SMALL BUSINESS CONCERNS 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 $200.00 to $5,000,000.00 or more if so authorized by the National Guard FAR Supplement during the contract period. The total of individual task orders placed against any single 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 a Prototypical Project. Prospective offers must submit a written Past Performance and Technical proposal and a price proposal for the Prototypical Projects to be considered for award. The Government anticipates issuing a solicitation on or around 21 February 2011. Details on the date, time, location and registration for the Pre-Proposal Conference will be located in Section 00100 of the solicitation. Interested offerors are encouraged to attend and shall register in accordance with the provisions outlined in the solicitation. Interested offerors must be registered in the Central Contractor Registration (CCR) database. Firms can register via the CCR internet site at www.ccr.gov. 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 will be available from the USPFO-RI Electronic Solicitations website at http://www.ripfo.ngb.army.mil/EBS/AdvertisedSolicitations.asp, and the Federal Business Opportunities (FedBizOpps) website at www.FBO.gov. The solicitation and amendments will be available from the EBS AND FBO websites; specifications, plans and addendum will be available only from the FedBizOpps website. All contractors and subcontractors interested in this project MUST register on BOTH websites. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractors Registration (CCR) and FedBizOpps in order to view or download the plans or drawings from the FedBizOpps web site. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries and questions MUST be in writing via EMAIL to NGRISTAFFPFOP&C@ng.army.mil. All answers will be provided in writing via posting to the EBS and FBO websites. DISCLAIMER: The official plans and specifications will be located in the official government web page, FedBizOpps, and the government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the EBS and FBO websites. This will normally be the only method of distributing amendments and addendum prior to closing. Therefore, it is the offerors responsibility to check BOTH websites 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. The Request for Proposal resulting from this pre-solicitation notice is not intended for Construction Management Firms.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA37/W912LD-11-R-0001/listing.html)
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI
Zip Code: 02906-1954
 
Record
SN02414626-W 20110402/110331235109-6931774383e693dd80d146ba993b6f9b (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.