MODIFICATION
Z -- The Mission and Installation Contracting Command - Fort Sam Houston has issued a RFP for 8(a) Prime Contractors for a Construction IDIQ MATOC to cover various locations throughout the states of California, Nevada and Arizona.
- Notice Date
- 11/8/2012
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W9124J12R0014
- Response Due
- 10/22/2012
- Archive Date
- 12/21/2012
- Point of Contact
- Kimberly Miller,
- E-Mail Address
-
kimberly.miller19@us.army.mil
(kimberly.miller19@us.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The Mission and Installation Contracting Command - Fort Sam Houston has issued a Request for Proposal (RFP) for Prime Contractors for a 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 states of California, Nevada and Arizona for the 63rd Regional Support Command, US Army Reserves. Typical work includes, but is not limited to: minor construction, design-build, maintenance, demolition and repair; specialty trades may include, but are not limited to: roofing, electrical, plumbing, carpentry, roadwork, painting, asbestos and/or lead abatement and masonry. Issuance of individual, firm-fixed price task orders using the RS Means (Unit Price Book) with a coefficient is contemplated. Contractors must provide all labor, equipment, materials and supervision necessary to perform general construction work. Contractors must be able to perform all necessary work in all of the states in the selected region. This Request for Proposal will be limited to those 8(a) firms located in California, Nevada, and Arizona, and 8(a) firms with a bona fide place of business in those states, as recognized by the local SBA offices. All will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $33.5 million average annual revenue for the previous three years. This is a total 8(a) small business set-aside. The government anticipates award of a minimum of three (3) individual MATOC contracts, providing sufficient qualified contractors present offers. All responsible firms may submit an offer. These anticipated contracts will consist of a five (5) year ordering period. Task Orders will range from $2,000.00 to $1,500,000.00. The total of individual task orders placed against this contract shall not exceed $13,500,000.00 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 and other factors. Prospective offerors must submit a written past performance and technical proposal and a price proposal to be considered for award. The prototypical project will be used to evaluate the portions of the technical proposal and will not be awarded under this acquisiton. The offeror's coefficient schedule will be evaluated and award will be made to the lowest priced technical acceptable offeror. The solicitation closing date is scheduled for 14 November 2012. Offeror must be registered in the SAM database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at https://www.sam.gov. 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. Questions shall be addressed via email to Kimberly Miller at kimberly.a.miller266.civ@mail.mil or by mail to: Mission and Installation Contracting Command, Mission Contracting Office - Fort Sam Houston, ATTN: Kimberly Miller, 2205 Infantry Post Road, BLDG 603, Fort Sam Houston, Texas 78234-1361. Questions shall be submitted via email to the POC above. Telephone inquiries will not be entertained. 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/notices/c4d8d72df0a7719ef96742aa202c990b)
- Place of Performance
- Address: CA, NV, and AZ, United States
- Record
- SN02928235-W 20121110/121108235308-c4d8d72df0a7719ef96742aa202c990b (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 |