Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2013 FBO #4152
SOURCES SOUGHT

Z -- Construction Multiple Award Task Order

Notice Date
4/5/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-13-R-0034
 
Response Due
4/17/2013
 
Archive Date
6/4/2013
 
Point of Contact
Raymond Golaszewski, 508-233-6117
 
E-Mail Address
ACC-APG - Natick (SPS)
(raymond.j.golaszewski.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Soldier System Center, Kansas Street, Natick, Massachusetts 01760 has a requirement for a Multiple Award Task Order Contract (MATOC) for construction. The Soldier System Center will be soliciting a Multiple Award Task Order Contract (MATOC) for construction on an Indefinite Delivery, Indefinite Quantity basis. The exact number of resultant contracts has not been determined. Typical facilities and building infrastructure includes, but is not limited to: new construction, additions and renovations for research and development chemistry, biology and human engineering laboratories, medical facilities, administrative support buildings, army family housing, training facilities, warehouses and other industrial buildings and prototype manufacturing shops, gymnasiums, recreation facilities and related buildings and structures and operational activities for both horizontal and vertical construction-type projects. Typical work includes, but is not limited to for all work listed here-in: Construction, demolition, repair and alterations, preventative maintenance and for structural framing and all interior and exterior components necessary to perform all work to provide, when requested in the individual task order, a complete and operational facility to include but is not limited to all civil, rough and finish site-work and related landscaping, fencing, bituminous paving, bituminous and granite curbs, concrete walkways, underground and above ground site utilities (storm drainage, potable/ non-potable water supply, waste/sewer water, irrigation systems, gas supply, electrical, environmental, security, network /communications (fiber optics, phone and LAN, SIPRNET and NIPRNET)); all utilities, systems and controls for rough and finish electrical, mechanical, heating, ventilation and air conditioning, plumbing, fire protection and anti-terrorism common to utilities, facilities and building infrastructure and finishes listed above including performing all work to provide, when requested in the individual task order, a complete and operational facility. Contractors shall furnish all labor, materials and equipment for all trades to perform all work listed here-in to further include but not limited to structural (includes, but is not limited to steel, concrete and wood framing); rough and finish carpentry; environmental abatement, remediation and decontamination (includes, but is not limited to lead-based paint, asbestos, mold, chemical and hazardous solid and liquid materials); painting, roofing, siding, windows, doors, staircases/steps, etc.All work 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) codes are under 236220, 238320,238160, 238140, 238990,238190, 238210, 238310 and 238220. The small business size standard is generally $33.5 million. Not all trades will be utilized on each task order. The solicitation will be a Request for Proposal which will result in an award of a Indefinite Delivery, Indefinite Quantity contract for a basic period of performance of one year with four option periods of one year each. The Government anticipates making an award to multiple offerors as a result of this solicitation. Award will be made based on the best value to the Government and can be made on initial offers. A prototypical project may be included in the solicitation for Government evaluation. It is anticipated that the Request for Proposal will be posted to FEDBIZOPPS on or about 15 May 2013. Questions regarding this notice may be directed to Raymond Golaszewski at Raymond.j.golaszewski.civ@mail.mil with a copy to gail.j.pitts.civ@mail.mil. All responses should be submitted NLT 17 April 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9550411de705013210fdd899f1b343a9)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03030116-W 20130407/130405234502-9550411de705013210fdd899f1b343a9 (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.