Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2010 FBO #3273
SOURCES SOUGHT

56 -- MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)

Notice Date
11/8/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC1330-11-SS-0001JMJ
 
Archive Date
12/9/2010
 
Point of Contact
Jeanie M. Jennings, Phone: 8164267458
 
E-Mail Address
jeanie.m.jennings@noaa.gov
(jeanie.m.jennings@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A REQUEST PROPOSAL (RFP) AND NO SOLICITATIONS ARE CURRENTLY AVAILABLE. The National Oceanic and Atmospheric Administration (NOAA) in Kansas City, Missouri, is seeking sources in an attempt to determine if there are Small Businesses (including qualified HUBZone Certified, 8(a) Certified, Service Disabled Veteran-Owned and Women-Owned) with the qualifications including capabilities, experience and past performance to perform Design and Construction type services in the regions below. NOAA is seeking interested and qualified small businesses with the knowledge and technical expertise to provide general construction and design-build services through a Multiple Award Task Order Contracts (MATOC). The preponderance of the work will be new construction and renovation of existing laboratories and buildings. NOAA intends to solicit and award at least two MATOCs per region which will be awarded as Firm Fixed-Price contract with a duration of 5 years. The estimated joint total aggregate value (JTAV) and the states covered by each region is stated below. Individual task orders may range from $25,000. to $5,000,000. Interested firms should have a cumulative bonding capacity up to $10,000,000. REGIONAL TERRITORIES: Northeast Region - $20M JTAV - Connecticut, Maine, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont, and West Virginia Mid-Atlantic Region - $20M JTAV - Delaware, Maryland, North Carolina, South Carolina, Virginia, and the Washington D.C. area Southeast Region - $20M JTAV - Alabama, Florida, Georgia, Puerto Rico, and the Virgin Islands Gulf Region - $20M JTAV - Arkansas, Louisiana, Mississippi, and Texas Central Region - $10M JTAV - Illinois, Indiana, Iowa, Kansas, Kentucky, Michigan, Minnesota, Missouri, Nebraska, North Dakota, Ohio, Oklahoma, South Dakota, Tennessee, and Wisconsin In accordance with Federal Acquisition Regulation (FAR) guidelines, the prime contractor must perform at least 15% of the contract work with their own forces. All technical evaluation factors and sub-factors have not been assigned at this time; however, NOAA plans to include an evaluation factor for firms that are located in the region of interest. All interested parties are invited to submit a capabilities statement. PLEASE NOTE THAT THIS IS NOT A RFP Offerors responding to this announcement shall submit a capabilities statement that will address the following information. Responses shall be limited to 5 pages. • Offerors name, address, point of contact, phone number, and e-mail address including the firms type of business and business size (HUBZone, Service Disabled Veteran Owned Business, Women-owned, Section 8(a), etc.) • Offerors interest in proposing on the RFPs when issued, to include specific region(s) of interest. • Offerors experience in performing a contract of this magnitude and complexity (include offerors capability to execute a design and construction type contract and associated task orders.) State comparable type work performed in the region of interest within the past 5 years, and brief description of the project, dollar value of the project, name of client including point of contact and phone number for a minimum of 5 projects. Projects may be completed or at least 50% complete. • Offeror needs to address an Architect-Engineer firm that they have worked with as Design/Build firm or as a Prime subcontractor/consultant capacity for a minimum of five (5) years. State the firms relationship with the A-E firm or if the design services are in-house. • NOAA serves the National Weather Service, National Ocean Service and National Marine Fisheries Service and often have relatively small projects which range from $5,000 to $50,000.00. Offerors need to address whether they would submit a bonafide proposals for work in this price range when requested through the MATOC contracts. • A list of subcontractors often utilized in the course of contracts and/or task order for this type of work and services. Also address Joint Venture information, if applicable, existing and potential. • Offerors shall state bonding capacity (construction bonding level per contract and aggregate construction bonding level, expressed by dollars and percentage). The Eastern Region Administrative Division (ERAD), requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). No award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. The North American Industry Classification System (NAICS) Code is 236220. The size standard is $33.5 million. Interested firms shall respond to the Sources Sought Synopsis requirements for this project no later than 2:00 p.m. Central Standard Time, on 24 November 2010. Email responses can be sent to Jeanie.M.Jennings@noaa.gov. Faxed information can be sent to 816-274-6947 or physically sent Department of Commerce/NOAA Attn: Jeanie M. Jennings, 601 E. 12th St, Room 1756, Kansas City, MO 64106. Contracting Office Address: 601 East 12th Street, Room 1756 Kansas City, Missouri 64106 United States Primary Point of Contact: Jeanie M. Jennings Jeanie.M.Jennings@noaa.gov Phone: (816) 426-7458
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC1330-11-SS-0001JMJ/listing.html)
 
Record
SN02323979-W 20101110/101108233943-a3aee0dd9d212ab248621db0a194f102 (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.