Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2019 FBO #6368
MODIFICATION

Y -- Vertical Repair and Construction Services MATOC

Notice Date
4/29/2019
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
BLM OR-ST OFC PROC MGMT BR(OR952)<br />1220 SW 3rd Avenue, 12th Floor<br />PORTLAND<br />OR<br />97204<br />US<br />
 
ZIP Code
97204
 
Solicitation Number
140L4319R0007
 
Response Due
5/29/2019
 
Archive Date
6/13/2019
 
Point of Contact
Lily Chen
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is a Small Business Set Aside. The Bureau of Land Management (BLM), Oregon State Office intends to issue a Request For Proposal for a firm fixed price Multiple-Award Task Order Contract (MATOC) for a broad range of vertical repair and construction services to BLM infrastructure located primarily in the state of Oregon, Washington, and Idaho. Services will include, but not limited to, new building construction, building demolition, building renovations, retrofits, maintenance and repairs, site work, structural repairs and modifications, recreation site renovations, landscaping, and new or renovation services for the following: building systems (HVAC, mechanical, electrical, lighting, plumbing, and telecommunications), renewable energy systems (geothermal, solar, etc.), radio communication facilities, irrigation systems, building and site security systems, building fire suppression systems, rainwater harvesting systems, recycled water systems, drainage systems, septic and waste water treatment/handling systems. Work is varied but of relatively small scale, and is commonly performed in remote rural environments which can be considerable distances from typical supply sources. The anticipated magnitude of the construction projects contemplated under the contract is greater than $10,000,000 USD. The performance period includes a Base and 4 Option Periods. The minimum guarantee quantity for the IDIQ, including options, is $50,000.00. The NAICS code is 236220 and the small business size standard is $36.5 million. One or more of the items under this acquisition is subject to World Trade Organization Government Procurement Agreement and Free Trade Agreements. The basis of award will utilize the best value continuum “ tradeoff process in accordance with FAR subpart 15.101-1 to result in an award to the responsible offeror pursuant to FAR subpart 9.1. Multiple awards of up to three (3) contracts may be made. The technical/non-price evaluation factors are relevant experience, technical approach, specialty trades capability, and past performance where technical/non-price evaluation factors, when combined, are significantly more important than price. Options will be evaluated in accordance with provision 52.217-5. The solicitation is anticipated to be issued on or about May 3, 2019. All responsible sources may submit a proposal which shall be considered by the agency. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/BLM/OR/140L4319R0007/listing.html)
 
Record
SN05296061-F 20190501/190429230046 (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.