Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
SOLICITATION NOTICE

Y -- Indefinite Delivery-Indefinite Quantity (IDIQ)Multiple Award Task Order Contracts (MATOC)for maintenance, repair, construction, and design-build service for the Vermont National Guard.

Notice Date
8/9/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
W912LN-12-R-0002
 
Response Due
10/10/2012
 
Archive Date
12/9/2012
 
Point of Contact
James A. Belaski, 802 338 3186
 
E-Mail Address
USPFO for Vermont
(james.belaski@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
BASIC MATOC Synopsis - Small Business Set-aside Solicitation W912LN-12-R-0002 The USPFO for Vermont intends to issue a Request for Proposal (RFP)for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services at various locations throughout the State of Vermont. 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, surveys, studies, design-build 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 respond within 120 minutes (2 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 award of a minimum of nine (9) individual MATOC contracts, 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 3 one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. Task Orders will range from $2,000.00 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 not be awarded. It is anticipated that the solicitation will be available 27 Aug 2012. A Pre-proposal conference is scheduled for Thursday, 6 Sept 2012 at 10:00 A.M. at the Regional Training Institute (RTI) auditorium, Camp Johnson, Colchester, VT. Details for registering for the conference 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 10 Oct 2012. Actual dates and times will be identified in the solicitation All information, amendments and questions concerning this solicitation 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 contractors and subcontractors interested in this project must register at this site. The plans and specifications will be distributed using the Federal Business Opportunities (FedBizOpps.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 Code3) 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 retrieve the specification and drawing documents for this project. This solicitation is not a competitive bid and there will not be a formal public bid opening. 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. If you have any questions concerning this procurement you are encouraged to Email your questions to james.belaski@us.army.mil and joyce.merrill@us.army.mil. DISCLAIMER: The official plans and specification 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 offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA43/W912LN-12-R-0002/listing.html)
 
Place of Performance
Address: USPFO for Vermont Camp Johnson, Building 3, Colchester VT
Zip Code: 05446-3004
 
Record
SN02832722-W 20120811/120810000500-504c167f3f8e20749dcf656e16667ac2 (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.