Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2004 FBO #0850
SOLICITATION NOTICE

Y -- The USPFO For Tennessee is contemplating the award of Best Value Construction (IDIQ) Multiple Award Task Order Contract (MATOC) for maintenance, repair, construction and design-build services for the Tennessee National Guard statewide.

Notice Date
3/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-04-R-0001
 
Response Due
5/1/2004
 
Archive Date
6/30/2004
 
Point of Contact
Paul David Reagan, 615-313-2651
 
E-Mail Address
Email your questions to USPFO for Tennessee
(paul.reagan@tn.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The USPFO For Tennessee is contemplating the award of Best Value Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for maintenance, repair, construction and design-build services for the Tennessee Nation al Guard statewide. Work will be performed in accordance with plans and technical specifications provided with each project or default specifications. Prospective contractors must be able to respond within 120 minutes (2 hours) in response to emergencies v ia the main office or a staffed satellite office. Contractors will be required to submit a price, past performance and technical proposal for evaluation. Requirements for submission will be explained in the solicitation. These will be multi-disciplined con tracts consisting of an anticipated Base Award Period of one (1) calendar year and four (4) one-year option periods to be exercised at the discretion of the Government. Total contract period, to include options shall not exceed five (5) calendar years. The cumulative task order contract amount shall not exceed 40 million dollars and no one task order shall exceed 3 million dollars. FSC Code Z119, SIC Code 1542, NIACS Code 233 and 234. The Government intends to award a minimum of seven (7) individual MATOC c ontracts, providing sufficient qualified contractors to present offers. A minimum of two (2) awards will be set aside for Emerging Small Business (See FAR 19.1002 for definition) providing sufficient contractors to present offers. At least two (2) awards w ill be made to 8a and/or HUBZONE qualified contractors, providing sufficient qualified contractors to present offers. All other awards will be unrestricted and are being made pursuant to the Small Business Competitiveness Demonstration program (ref. FAR 19 .1007(a)(2)). Small Business size standard is $28,500,000 averaged over a three year period. Prospective offerors must submit a proposal for the prototypical project to be considered for award. The prototypical project will be used to evaluate the contract or??????s price proposal and portions of the technical proposal and may be awarded if funds are available. Source selection procedures shall be in accordance with FAR 15.3 for the selection of the basic contracts. The RFP solicitation and prototypical proj ect will be available TO BE DETERMINED. The solicitation package will be issued via the web only. All amendments, site visit minutes and questions will be posted on the web. There is no charge for the plans and specifications, which will be available at th e following Internet site http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. Perspective offerors must register at the web site. All subcontractors interested in this project should register at the site. Source Selection procedures wi ll be used to evaluate offers. Evaluation factors include Price, Past Performance and Technical requirements. Awards will be made to offerors whose proposals, are responsive and conforming to the RFP and are determined to be most advantageous to the Govern ment in terms of technical, price and other related factors considered. You can visit the website of www.arnet.gov/far/ for the clauses needed for this proposal. Part 52. In accordance with Defense Federal Regulation (DFAR) 204.7302 Policy, a firm must be registered in the Central Contractor Registration (CCR) Database before receiving an award from a DOD agency. Contact DOD Electronic Commerce Information at 1-800-334-3414, open daily 8:00 a.m. to 8:00 p.m. EST or via the World Wide Web at http://www.ccr .gov . Proposals due by 1May2004, 4:30PM Local Time. Send your response by mail to USPFO for Tennessee, Attn: P. David Reagan, or Barry Baxter, 3041 Sidco Drive, Nashville, TN 37204 , fax to 615-313-2659 or by email to: paul.reagan@tn.ngb.army.mil or bar ry.baxter@tn.ngb.army.mil. For information regarding this solicitation, contact P. David Reagan at 615-313-2651 or Barry Baxter at 615-313-265 4. This solicitation is open to large and small business firms. (Unrestricted)
 
Place of Performance
Address: Statewide for the USPFO for Tennessee P.O. Box 40748, Nashville TN
Zip Code: 37204-0748
Country: US
 
Record
SN00552448-W 20040325/040323212020 (fbodaily.com)
 
Source
FedBizOpps.gov 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.