Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOLICITATION NOTICE

Y -- 2013 Indiana MATOC

Notice Date
11/1/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Indiana, 2002 South Holt Road, Indianapolis, Indiana, 46241-4839
 
ZIP Code
46241-4839
 
Solicitation Number
W912L9-13-R-0002
 
Point of Contact
Erica T Copeland, Phone: 812-526-1738, Sheri Herrin, Phone: 812-526-1742
 
E-Mail Address
erica.t.copeland2@us.army.mil, sheri.herrin@us.army.mil
(erica.t.copeland2@us.army.mil, sheri.herrin@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
INDIANA BASIC MATOC Synopsis - Small Business Set-aside The USPFO for Indiana intends to issue a Request for Proposal (RFP) for a Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services at mainly Fort Wayne, Terre Haute, Camp Atterbury, Muscatatuck (MUTC), and Jefferson Proving Ground (JPG), but some projects may be located at other National Guard Air and Army facilities throughout the state. 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, 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 and/or master specifications. It should be noted that the majority of task orders at Camp Atterbury, MUTC and JPG are for new construction or sustainment, repair and maintenance (SRM) under $1 million. The majority of task orders at Fort Wayne, Terre Haute, and other various National Guard locations will be for sustainment, repair and maintenance (SRM) projects under $500K. You MUST annotate on your proposal which locations you are intending to actively submit proposals to. For example, if you want to bid projects at Terre Haute, but not any other areas, you MUST annotate that on your proposal. It will NOT affect your chances of a MATOC award if you do not choose all locations. Prospective contractors must be able to respond within 120 minutes (2 hours) in response to emergencies via the main office or a Prime contractor 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 fifteen (15) individual MATOC contracts, 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 $200.00 to $5,000,000.00. The total of individual task orders placed against this contract shall not exceed $30,000,000.00 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 offerors must submit a written past performance and technical proposal and a price proposal for the prototypical project to be considered for award. The prototypical project 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 November 21, 2012. A Pre-proposal conference and site visit is scheduled for on or about December 3, 2012. 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 January 16, 2013. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will post to FedBizOpps www.fbo.gov Effective May 29, 2012, Government systems such as CCR and ORCA (on-line representations and certifications) migrated to the System for Award Management (SAM). Interested offerors MUST be registered in SAM. To register in SAM go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information will be available from the Federal Business Opportunities (FBO) system ( www.FedBizOpps.gov or www.fbo.gov ) Contractors and subcontractors interested in this project MUST register at the FBO site. The plans and specifications will be distributed using the Federal Business Opportunities ( www.FedBizOpps.gov or www.fbo.gov ) system. FedBizOpps 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) Marketing Partner Identification Number (MPIN) (see vendor instruction guide information below) 2) DUNS Number and CAGE Code 3) Telephone Number 4) E-Mail Address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. REFERENCE paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 30 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. If you do not have your MPIN number by the pre-proposal conference date, you MUST bring in proof that you have submitted for your MPIN and we will provide you with a disk containing the plans and specs. 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 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 must submit your question in writing by Email to ALL listed email addresses: int-nginuspfopcmatoc@ng.army.mil ; erica.t.copeland2@us.army.mil ; and sheri.herrin@us.army.mil Your subject line should read: 2013 INDIANA MATOC DISCLAIMER: The official plans and specification 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 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/DAHA12/W912L9-13-R-0002/listing.html)
 
Place of Performance
Address: Fort Wayne, Terre Haute, Camp Atterbury, Muscatatuck (MUTC), and Jefferson Proving Ground (JPG) and other locations throughout the state of Indiana., Indiana, United States
 
Record
SN02922654-W 20121103/121101234233-dfbd7f44fb1c40ed157b6842933df4d3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.