Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
SOURCES SOUGHT

Z -- SOURCES SOUGHT - Construction Indefinite Delivery - Indefinite Quantity Multiple Award Task Order Contracts (MATOC)for maintenance, repair, construction and design-build services in Mpls/St. Paul (Twin Cities) and Duluth, MN.

Notice Date
2/22/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Minnesota, Camp Ripley, 15000 Highway 115, Little Falls, MN 56345-4173
 
ZIP Code
56345-4173
 
Solicitation Number
W912LM10R0003
 
Response Due
3/8/2010
 
Archive Date
5/7/2010
 
Point of Contact
Colleen Moore, 320.616.2753
 
E-Mail Address
USPFO for Minnesota
(colleen.moore@mn.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought Synopsis for the purpose of gaining knowledge of interest, capabilities and qualifications of small business concerns, including 8(a), Historically Underutilized Business Zone (HUBZone), Small Disadvantaged Business (SDB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The USPFO for Minnesota will use this information to develop an acquisition strategy for the upcoming Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services in Minneapolis/St. Paul (Twin Cities) and Duluth, MN. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities and other related work. All will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. Prospective contractors must be able to react within 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. The Government anticipates award of a minimum of eight (8) individual MATOC contracts at each location, provided sufficient qualified contractors respond. The North American Industry Classification System (NAICS), code(s) for the MATOCs will be 236220 and 237990. The small business size standard will be $33.5 million average annual revenue for the previous three years. Total contract period for each MATOC, to include all options, shall not exceed five (5) calendar years. Delivery Orders will range in value from $2,000.00 to $3,000,000.00. The total of individual task orders placed against a MATOC shall not exceed $20,000,000.00 to any one contractor. Source Selection procedures will be utilized to determine awardees. All interested small business concerns will provide this office the following: (1) A statement of positive intent to submit a proposal for a MATOC; (2) Company Name (as listed in Central Contractor Registration (CCR)), address, point of contact, telephone number, and e-mail address; (3) Small Business status, to include 8a, HUBZone, SBD, SDVOSB, large / small business etc. Status of 8(a) or HUBzone contractors will be verified by the Small Business Administration (SBA); (4) Provide a general statement of your qualifications, capabilities and demonstrate the capacity to perform this type of work; (5) Demonstrate experience and technical competence in the execution of construction projects, in the dollar value range of $2,000.00 to $3,000,000.00. Provide a brief description of projects / work performed, contract number, total contract value, and period of performance; (6) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the task orders; (7) Indicate which locations you will submit a proposal for Minneapolis/St. Paul, Duluth or both. Submissions shall not exceed 5 typewritten pages and will be sent via email to Colleen.Moore@mn.ngb.army.mil no later than March 8, 2010. In the event sufficient small business contractors are not available for adequate competition for this MATOC, it will be advertised as unrestricted. It is anticipated the PreSolicitation Notice will be posted to FedBizzOps o/a March 20, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21/W912LM10R0003/listing.html)
 
Place of Performance
Address: USPFO for Minnesota Camp Ripley, 15000 Highway 115 Little Falls MN
Zip Code: 56345-4173
 
Record
SN02071151-W 20100224/100222235822-8f8a154323bdef47166e8be12adb5cf3 (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.