Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2009 FBO #2733
SOLICITATION NOTICE

Y -- RECOVERY - Design-Build, Multiple Award Task Order Contract (MATOC) to support the Santa Fe Major Acquisition Buying Office (SF-MABO), of the National Park Service, Intermountain Region.

Notice Date
5/19/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMSF - ACG - Contracting, Cooperative Agreements & General Services P.O. Box 728 Santa Fe NM 87504
 
ZIP Code
87504
 
Solicitation Number
A121209A053
 
Response Due
6/4/2009
 
Archive Date
5/19/2010
 
Point of Contact
Kelvin J. Smalls Contract Specialist 5059886083 kelvin_smalls@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
8a Competitive
 
Description
This announcement serves as the pre-solicitation notice for Multiple Award Task Order Contracts (MATOCs), to provide design-build (D/B) / construction services, in support of the National Park Service, Intermountain Region. The MATOCs will primarily be used for design-build or construction only projects in the states of New Mexico, Oklahoma, and Texas, with potential opportunities for use in the remaining Intermountain Region states of Arizona, Colorado, Montana, Utah, and Wyoming. Typical projects will be Design Build or Construction Only. For this procurement, it has been determined that competition will be restricted to: All 8(a) contractors with capability to perform under NAICS Code 236220 and located in SBA Regions 6, 8 or 9. Offers will NOT be accepted from businesses that are not certified 8(a) Concerns. The total combined capacity of the MATOCs awarded shall not exceed $100 million dollars. Each MATOC awarded shall be for a one year base period, and four one-year option periods for a total of five years. For each awarded MATOC, there is a $4 million dollar maximum for the base year, and a $4 million maximum for each option year should the options be exercised. At least two (2), and up to five (5) MATOCs may be awarded under this solicitation. For the first year, the Government hereby obligates itself to obtain not less than $2,000.00 in services for each awarded MATOC, and $2,000 in services per MATOC for each option year exercised. Task orders will typically be competed among all MATOC awardees by soliciting bids or proposals in accordance with the concepts and procedures of FAR Part 16. The minimum order amount will be $2,000 and the maximum order amount will be $1,000,000. Task orders will generally range in value from $50,000 to $500,000. The Government is solely responsible for the decision to solicit competition for a particular task order, or to award it on a sole-source basis if circumstances justify. Determination of the best procurement method for performing task order work will remain solely at the discretion of the Government. Task orders will generally be awarded as firm-fixed price contracts, but under appropriate circumstances, labor-hour/time-and-material awards may be required. Competition for task orders will be based on "Best Value" or Low Price. Each task order will be awarded pursuant to FAR 16.505, and in accordance with the provisions contained within the American Recovery and Reinvestment Act of 2009. The specific type of award will be designated in the task order solicitation. The rules and pricing guidance of FAR Part 16 will be applicable to all task orders. The general scopes of the task orders may include any of the following: new building/structure construction, building renovation, rehabilitation, repair, remodeling and historical preservation, HVAC, plumbing, and electrical repair/replacement/upgrades, incidental trail/road construction and repair work, energy-saving upgrades, energy-saving projects that meet LEED certification requirements, rodent proofing and feces cleanup, roofing, painting, all types of building/facilities demolition, building debris type removal, structural repairs, site work around building construction, site restoration and rehabilitation, landscaping, parking lots, storm water/drainage, site work associated with Campgrounds and Picnic Facilities expansion, construction or rehabilitation, geotechnical work, instrumentation, utility (Water, Wastewater, Electrical, Gas, IT, Telecommunications, etc.) installation/replacement or extensions, paving, equipment upgrades, landscaping, security and fire alarm systems, fire suppression systems, lead paint removal, PCB (Polychlorinated Biphenyl) mitigation, HTRW (Hazardous Toxic Radioactive Waste) removal, and asbestos abatement and the design associated with all of the various aforementioned tasks. All designs shall be completed and stamped by registered design professionals, registered in the state in which the project is located and shall meet local, state, and federal regulations. The NAICS for this acquisition is 236220, with a size standard of $33.5 Million Dollars. Up to Five (5) MATOCs may be awarded under this solicitation to the most highly qualified offerors. A seed task order will be used to evaluate the technical approach submission criteria. The evaluation factors in order of importance will be Past Experience (Prime and Design Firm subcontractor), Past Performance (Prime and Design Firm subcontractor) and Technical Approach. When combined, the Technical Proposals will be more important than price. The proposal offering the best value for the seed task order will receive the award for the first task order. The solicitation will be issued on or about 5 June 2009 and proposals will be due on or about 6 July 2009. Award is anticipated in July 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/A121209A053/listing.html)
 
Place of Performance
Address: Primarily for support of NPS requirements in the states of New Mexico, Oklahoma, and Texas, with limited, but potential usage in the remaining Intermountain Region states of Arizona, Colorado, Montana, Utah, and Wyoming.<br />
Zip Code: 875050306<br />
 
Record
SN01822047-W 20090521/090520000928-e2c2bbc1c8dc136a3cd8d263961d597c (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.