SOLICITATION NOTICE
Y -- Multiple Award Task Order Contract (MATOC) for Design/Build Construction
- Notice Date
- 6/11/2012
- Notice Type
- Presolicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- BLM OC NOC BR OF ACQUISITION(OC660)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
- ZIP Code
- 00000
- Solicitation Number
- L12PS00705
- Point of Contact
- Miguel A. Vasquez
- E-Mail Address
-
mavasquez@blm.gov
(mavaquez@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Bureau of Land Management (BLM) intends to issue a Request for Proposal (RFP) for Design-Build Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for design and construction of new or improvements to existing radio infrastructure facilities. Please Reference Sources Sought Notice L12PS00158 Posted in FedBizOpps on February 2, 2012. The solicitation may result in the award of three (3) Indefinite Delivery/Indefinite Quantity (IDIQ) construction services contracts. This work may take place in any state and, upon approval, the IDIQ MATOC may be used by other Agencies such as all Department of Interior Bureaus, Department of Agriculture (including Forest Service), and Department of Homeland Security. However, the work will be primarily in, but not limited to the following states: Alaska, Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, Washington, and Wyoming. Work shall include, but not be limited to design and construction of new or improvements to existing radio infrastructure facilities such as mountain top repeaters and dispatch centers in compliance with the Motorola R56, National Electric Code, and other appropriate nationally recognized standards; installation of radio towers, prefabricated buildings, grounding systems, and providing power (commercial or renewable) to those facilities with appropriate surge protection; site work (e.g., grading, removal of existing structures such as towers, shelters, and foundations); and installing of security fencing. Designs to be based on the BLMs Standard Radio Facility Design that are site adapted to each location. The design of the towers and prefabricated shelters and the design of their respective foundations are per the BLM Standard Radio Facility Design specifications the responsibility of the tower or shelter manufacturer. The primary expertise needed is in the design, installation, and testing of grounding systems for radio infrastructure in remote mountain top locations. This Project will require the Contractor to furnish all investigations, designs, labor, equipment, supplies, materials, and transportation needed to install pre-fabricated radio towers and shelters. The applicable NAICS Code for this requirement is 237130, Power and Communication Line and Related Structures Construction. The small business size standard is $33.5 million average annual revenue for the previous three years. This is a 100% SMALL BUSINESS SET ASIDE. The anticipated ceiling for each IDIQ contract is more than $10,000,000. This work will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. These anticipated contracts will consist of a 12 month Base Period and four (4) one year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. 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 three (3) Prototypical Projects. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the prototypical projects to be considered for award. The prototypical projects will be used to evaluate the price proposals and portions of the technical proposals. A prototypical project may or may not be awarded. The solicitation will be available at www.fedbizopps.gov or at https://www.fedconnect.net/FedConnect/ on or about June 26, 2012. The solicitation closing date is scheduled for on or about July 26, 2012. All information, amendments and questions concerning this solicitation will be available for downloading at www.fedbizopps.gov and/or www.fedconnect.net. Offerors must have a Dun and Bradstreet (DUNS) number and register at www.ccr.gov (Central Contractor Registration) to be eligible for award of any federal contact. The Central Contractor Registration can be accessed at http://www.ccr.gov/. For further information, please click on the help links, then the CCR Handbook or FAQs link. For additional assistance in CCR please call the CCR Assistance Center at (888) 227-2423. Additionally, prospective contractors shall also complete the Online Representations and Certifications Application (ORCA) at www.https://orca.bpn.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L12PS00705/listing.html)
- Record
- SN02772291-W 20120613/120611235344-0e95cf0d4c2b596bbd6fb9bbd949d9f4 (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 |