Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOLICITATION NOTICE

Y -- Indefinite Delivery, Indefinite Quantity (IDIQ) Task Order contract to provide a full range of General Facilities Construction (GFC) services

Notice Date
7/9/2013
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC1330-13-RP-0141
 
Point of Contact
Jane D. Cerda, Phone: 816-426-7426, William J. Becker, Phone: (816)426-7453
 
E-Mail Address
jane.d.cerda@noaa.gov, william.j.becker@noaa.gov
(jane.d.cerda@noaa.gov, william.j.becker@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), intends to issue a Request for Proposals (RFP) for an Indefinite Delivery, Indefinite Quantity (IDIQ) Task Order contract to provide a full range of General Facilities Construction (GFC) services. This acquisition is set aside 100% for Small Businesses. The scope of services under this proposed contract includes, but is not limited to the following: Various types of roof installation and repairs that may include polyurethane, shingles, decking, flashing, concrete roofs, and membrane roofs; All construction phases for Automated Surface Observing System (ASOS) rehabilitations; Carpentry work; Antenna Tower installations from 30 feet to 100 feet, including footers and foundations; Mold remediation and sampling; Lightning protection system installation, including ground ring, masts, rods, and exothermic welding; Parking lot sealing and expansions; Fiberglass dome restoration and sectional manufacturing and installation; Electrical branch circuit installation, breaker panel and transformer installation no higher than 480 volts, 3-phase and single-phase; Plumbing installation; uninterruptible power supply (UPS) installations up to 100 KVA ; UPS battery change outs; Concrete repair for walkways, foundations, pads, piers, and similar structures; Wall air-conditioning (AC) unit installations, 1-to-6 tons; up to 200kW generator installations including automatic transfer switch (ATS); Installation of less than 20' x 20' prefabricated buildings; Ability to install signage, including earthwork, electrical connections, lighting, and acquisition; Installations and repair of landscaping irrigation systems; and Identification of facilities systems deficiencies and development of recommendations for solutions; Demolish and dispose of concrete, wood structures and other small facilities (less than 1000sf), all aspects; provide HVAC replacements of 10-30 ton air handling units, with evaporators, expansion valves and all other equipment required for system performance; install building automated management systems; monitoring, on-site routine preventive maintenance, and as needed, on-site repair of hydro meteorological data collection and communications equipment; installation, modification, maintenance, and training support for hydro meteorological data collection software, and the hardware on which it operates; perform conductance, impedance, and resistance testing on power systems; conduct thermal testing and infrared diagnostics on facilities; conduct IAQ testing; HVAC duct cleaning; and convert Upper Air Inflation Building (UAIB) to hydrogen controls from helium. This contract is required primarily to support the National Weather Services (NWS), Eastern Region (ER), System Operation Division (SOD) which has responsibility for facilities and projects in the eastern half of the nation. Also, these contracts may be used by other components of NOAA and the DOC for similar requirements. Offerors responding to this solicitation must be small businesses. The Government intends to award one single contract consisting of a five-year base period. Award of task orders will be on a firm fixed-price basis. The Total Acquisition Value for this contract is $3,000,000. Services will be implemented through individual task orders and will be issued when need arises during the contract period. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, a minimum of $25,000 is guaranteed to be ordered during the performance period of the contract. The Contractor is not guaranteed work in excess of the minimum guarantee. The evaluation criteria will consist of the following listed in order of importance: Past Performance, Construction and Technical Abilities, Management Approach, and Price. The solicitation will contain a sample task order project that shall be priced by all prospective offerors to be responsive to the solicitation. The price proposal submitted for this project shall be the only basis for evaluation of price by the Government. This project or a similar project will then become the first task order awarded under the successful IDIQ contract. The estimated price range for the task order project is between $25,000 and $100,000. The estimated period of performance for this task order project shall be forty-five (45) calendar days from the date of Notice to Proceed. The North American Industrial Classification System Code (NAICS) is 236220. The size standard for Small Business is $33.5 million. HOW TO OBTAIN A COPY OF THE SOLICITATION: Solicitation No. WC1330-13-RP-0141, Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) Task Order Contract, along with the Task Order project, and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). Hard copies of the solicitation will not be available. For a copy of the solicitation, please use the FedBizOpps' feature, "register to receive notification," as well, as "register as an interested vendor". Upon release of the solicitation to the FBO for download, vendors who have registered to receive notification should receive an email from the FBO indicating its availability. Each potential vendor is responsible for checking this website often to obtain all current information associated with this procurement. All responsible sources may submit an offer that will be considered by the agency. The solicitation will be available for download approximately July 24, 2013. DOC, Eastern Acquisition Division - Kansas City Office requires that all contractors doing business with this office be registered in The System for Award Management, (SAM). SAM is a free web-site which consolidates Federal procurement systems and the Catalog of Federal Domestic Assistance. Currently Central Contractor Registration (CCR), Federal Agency Registration (Fedreg) and the Online Representations and Certifications Application (ORCA) have been migrated into SAM. To register in the SAM database please go to www.sam.gov. In order to register in SAM and become eligible to receive an award, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet at http://fedgov.dnb.com/webform or by phone at 1-866-705-5711. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO MONITOR FEDBIZOPPS FREQUENTLY FOR THE RELEASE OF THE SOLICITATION, SPECIFICATION, DRAWINGS, AND ALL SUBSEQUENT AMENDMENTS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/ WC1330-13-RP-0141/listing.html)
 
Place of Performance
Address: Various locations in the Eastern portion of the United States, United States
 
Record
SN03110953-W 20130711/130709235056-cb506c53395c0f05af16c7566809cb6c (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.