Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
SOLICITATION NOTICE

Y -- Presolicitation Notice for Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services for the Iowa National Guard

Notice Date
5/24/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa, 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-12-R-0001
 
Point of Contact
Cathy S. Hill, Phone: 5152524508, Theresa L. Cory, Phone: 5152524647
 
E-Mail Address
cathy.sue.hill@us.army.mil, theresa.cory@us.army.mil
(cathy.sue.hill@us.army.mil, theresa.cory@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Iowa i ntends to issue a Request for Proposal (RFP) for a Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services at the Iowa Air National Guard Bases located at the Des Moines International Airport, Sioux City Gateway Airport, and the Fort Dodge Air Station. In addition, Camp Dodge and other Iowa Army National Guard Facilities within the State of Iowa will be included. Typical work includes, but will 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, 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 180 minutes (3 hours) in response to emergencies via the main office or a staffed satellite office. 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. This is a total small business set-aside. The government anticipates awa rd of a minimum of nine (9) individual MATOC contracts per primary location to include the Des Moines International Airport, Sioux City Gateway Airport and the Fort Dodge Air Station, providing sufficient qualified contractors present offers. 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 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 offerors 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 will be awarded. It is anticipated that the solicitation will be available on 8 June 2012. A Pre-proposal conference and site visits are scheduled for the week of 11-15 June 2012 at the following locations: Sioux City Air Base, Bldg 220, CE Conference Room, 2920 Headquarters Ave, Sioux City, IA 51111-1300; Des Moines Air Base, Bldg 410, Classroom Room 103, 3100 McKinley Ave, Des Moines, IA 50321-2720; Fort Dodge Air Station, Bldg 100, 1649 Nelson Ave, Fort Dodge, IA 50501-8517. Details for registering for the conferences will be available in the solicitation Section 00100. Interested contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. The solicitation closing date is scheduled for on-or-about 9 July 2012. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted to FedBizOpps. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information will be available from the Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only at Federal Business Opportunities (FebBizOpps.gov or fbo.gov) system. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/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) E-Mail Address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf (see page 65). Reference paragraph 4.4 of the Vendor Guide for instructions to obtain a special password to retrieve the specification and drawing documents, as well as advanced functions for other information. Contractors who do not already have a password are advised that the normal processing is 7 to 12 business days to obtain a password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their password. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 12 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. However, the Defense Logistics Information Service (DLIS) Joint Certification Program (JCP) has confirmed that DLIS JCP is severely backlogged, and it is TAKING APPROXIMATELY 60 DAYS (TWO MONTHS) TO PROVIDE ACCESS. YOU ARE ENCOURAGED TO APPLY EARLY. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries must be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions to theresa.cory@us.army.mil and cathy.sue.hill@us.army.mil and brenda.mcknight@us.army.mil DISCLAIMER: The official plans and specifications are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to the FedBizOpps.gov or 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 offeror's inability to access the documents posted on the referenced web pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-12-R-0001/listing.html)
 
Place of Performance
Address: USPFO for Iowa, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa, 50131-1824, United States
Zip Code: 50131-1824
 
Record
SN02757372-W 20120526/120524235520-fd738ad0a315b07e2270d02f2e42600c (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.