MODIFICATION
Z -- Multiple Award Task Order Contract-State of Wisconsin
- Notice Date
- 9/7/2010
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 115 FW/MSC, Wisconsin Air National Guard, 3110 Mitchell Street, Building 500, Madison, WI 53704-2591
- ZIP Code
- 53704-2591
- Solicitation Number
- W912J2-10-R-1000
- Response Due
- 11/4/2010
- Archive Date
- 1/3/2011
- Point of Contact
- Katherine Pinnow, 608-245-4548
- E-Mail Address
-
115 FW/MSC
(katherine.pinnow@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The USPFO for Wisconsin intends to issue a Request for Proposal (RFP) to procure Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services at National Guard Facilities throughout Wisconsin. Typical work includes, but is not 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, surveys, studies, design-build and other related work. All work 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 respond within 120 minutes (2 hours) to emergencies. As a result of this solicitation, the Government intends that a minimum of nine (9) indefinite-delivery, indefinite-quantity, (IDIQ) Task Order Contracts will be awarded, providing sufficient qualified contractors present offers. All awards will be to small business pursuant to a 100% small business set-aside. Qualified Emerging Small Businesses (See FAR 19.1002 for definition) will be identified and resulting task orders within the ESB reserve (currently $30,000.00) will be set-aside for exclusive participation by ESB MATOC contract awardees. The contracting officer may set-aside task orders for 8(a) and HUBZone and Service Disabled Veteran Owned Business, providing 2 or more qualified contractors in each category present conforming offers and are awarded a MATOC. The North American Industry classification System (NAICS) code for this work is 236220 and 237990. The small business size standard is $33.5 million average annual revenue for the previous three years. All responsible firms may submit an offer. These anticipated contracts will consist of a Base Award Period of two (2) calendar years and three (3) one-year option periods. Total contract period to include options shall not exceed five (5) calendar years. Task Orders will generally range from $200.00 to $5,000,000.00. The total of individual task orders placed against this contract shall not exceed $20,000,000.00 to any one contractor. The selection process will be conducted in accordance with FAR part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical and Price Evaluation of a Prototypical Project. Prospective offers must submit a written past performance and technical proposal AND a price proposal for the prototypical project to be considered for award. The prototypical project will be used to evaluate the price proposal and portions of the technical proposal and may be awarded if funds are available. It is anticipated that the solicitation will be available on or about 20 September 2010. A Pre-Proposal conference and site visit is tentatively scheduled for 05 October 2010. Details for registering for the conference will be available in the solicitation Section 0100. Interested parties or contractors are encouraged to attend and shall register in accordance with the provisions outlined in the solicitation. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR internet site at www.ccr.gov or by contacting the CCR Assistance Center (8am - 4pm Eastern Time) 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.tpn.gov. Your will need your DUNS number and CCR MPIN in order to log in to the online representations and certifications application (ORCA) website. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation by way of the link issued with the solicitation. Bidders/offerors cannot log into the FedBizOpps home page and search data. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-10-R-1000/listing.html)
- Place of Performance
- Address: 115 FW/MSC Wisconsin Air National Guard, 3110 Mitchell Street, Building 500 Madison WI
- Zip Code: 53704-2591
- Zip Code: 53704-2591
- Record
- SN02271700-W 20100909/100908064104-391700972de14498f463a7e1b0c5079e (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 |