Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

Z -- Multiple Award Task Order Contract for Construction (MATOC), Indefinite Delivery Indefinite Quantity (IDIQ) for Florida, Puerto Rico, and US Virgin Islands National Guard

Notice Date
3/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-04-R-0001
 
Response Due
5/9/2005
 
Archive Date
7/8/2005
 
Small Business Set-Aside
Partial Small Business
 
Description
The United States Property and Fiscal Office (USPFO) for Florida is soliciting competitive proposals for a Best Value, Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for maintenance, repair, con struction and optional design-build services in support of statewide federal contract requirements for the Florida, Puerto Rico and US Virgin Islands National Guard. Work includes but is not limited to, interior and exterior renovation and alterations, el ectrical, plumbing, mechanical, heating and air conditioning, HVAC controls, communications, fire suppression and protective systems, masonry, concrete, asphalt paving, all necessary site work, landscaping, fencing, roofing, storm drainage, construction of new facilities, surveys, studies, demolition, design-build and other related work. All work shall be completed in accordance with individual task order requirements, specifications/drawing provided with each project or master specifications. Prospective c ontractors must be able to respond within 120 minutes (2 hours) in response to emergencies. Contractors may designate one, two or all three optional locations for consideration. The awarded contracts will consist of a Base Period of two (2) calendar years, and three (3) one-year option periods. Total contract period, to include all options shall not exceed five (5) calendar years. The applicable North American Industry Classification System (NAICS) codes include: 236-Construction of Buildings and 237-Heavy and Civil Engineering Construction, the SIC Code is 1542, and the Small Business size standard is $28.5 million annual receipts for t he past three (3) year period. Delivery Orders will range in price from $2,000.00 to $3,000,000.00. The total of individua l task orders placed against any one individual (MATOC) contract shall not exceed $15,000,000.00 to any one contractor. The government intends to award a minimum of twenty (9) individual (MATOC) contracts, providing sufficient qualified contractors present offers. A minimum of three (3) awards will be set-aside for Emerging Small Business (See FAR 19.1002 for definition) providing sufficient qualified contractors present offers and three (3) awards made to Small Business Administration SBA 8(a), HUBZone and /or Service-Disabled Veteran Owned Qualified contractors providing sufficient qualified contractors present offers. All other awards will be unrestricted and are being made pursuant to the Small Business Competitiveness Demonstration program (ref. FAR 19.1 007(a)(2)). A small Business subcontracting plan is required if the offeror is a large business and must be submitted with the offer. The selection process will be conducted in accordance with FAR Part 15.3 source selection procedures. Proposal will be eva luated on Past Performance, Technical, and Price Evaluation of the 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 pr ototypical project will be utilized to evaluate the price proposal and portions of the technical proposal. The Government intends to award without discussions, therefore, the Offerors initial proposal shall contain its best terms from a cost and technical standpoint. Preproposal meetings/Site visits will be addressed in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.nationalguardcontracting.org/Eb s/AdvertisedSolicitations.asp For security reasons, all potential offerors, plan rooms and printing companies are required to register in the Central Contractor Registration (CCR), http://www.ccr.gov/ and the Federal Technical Data Solution (FedTeDS) https ://www.fedteds.gov in order to view or download the plans or drawings for the prototypical projects from the web site. No telephone requests will be accepted. T his solicitation is not a competitive bid and there will not be a formal public bid opening. Point of contact for this solicitation is MAJ Paul Hesco, paul.hesco@fl.ngb.army.mil or paul.hesco@us.army.mil.
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
Country: US
 
Record
SN00764739-W 20050310/050308212417 (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.