Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2015 FBO #5000
MODIFICATION

Z -- SOLICITATION FOR IDIQ TASK ORDER CONTRACT FOR THE PERFORMANCE OF CYCLICAL FACILITY MAINTENANCE TASKS AT MULTILE WEATHER FORECAST OFFICES TO SUPPORT THE NATIONAL WEATHER SERVICE CENTRAL REGION

Notice Date
7/31/2015
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC-133W-15-RP-0051
 
Archive Date
10/30/2015
 
Point of Contact
NICHOLAS J. DEGUIRE, Phone: 816-426-2367, NICHOLAS J. DEGUIRE, Phone: 816-426-2367
 
E-Mail Address
NICHOLAS.J.DEGUIRE@NOAA.GOV, NICHOLAS.J.DEGUIRE@NOAA.GOV
(NICHOLAS.J.DEGUIRE@NOAA.GOV, NICHOLAS.J.DEGUIRE@NOAA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), has issued a solicitation for a single Firm Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide cyclical maintenance for four primary recurring maintenance actions to include facility painting, carpet replacement, parking lot maintenance, and upper air inflation building (UAIB) dome coating. The duration will be for five years with an ordering capacity of $1.5 million. These services will be in support of the National Weather Service (NWS) weather forecast offices located in the Central portion of the United States. The primary purpose of this contract is to issue task orders to service 38 Weather Forecast Offices (WFO) throughout a 14 state central region (Colorado, Illinois, Indiana, Iowa, Kansas, Kentucky, Michigan, Minnesota, Missouri, Nebraska, North Dakota, South Dakota, Wisconsin, and Wyoming). Based on funding availability, the Government will issue firm-fixed priced task orders to perform the scheduled maintenance. The anticipated schedule in the first year includes office painting at five locations, carpet replacement at three locations, parking lot seal and stripe at 11 locations, and UAIB dome painting at five locations. This is a 100% set-aside for Small Business. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The North American Industry Classification System (NAICS) Code is 236220 (Commercial and Institutional Building Construction), with a small business size standard of $36.5 million in average annual receipts. Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not successfully and actively registered in the SAM database, the Government reserves the right to award to the next prospective offeror. A Proposal Guarantee will be required with your proposal in the amount of 20% of the offeror's proposed price or $3,000,000, whichever is less. Payment and Performance Bonds may be required for the full amount (100%) of each awarded task order. The solicitation and associated information will be available from the FedBizOpps website https://www.fbo.gov. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC-133W-15-RP-0051/listing.html)
 
Record
SN03819267-W 20150802/150731235032-7cd4b69a440d87bbf1e0917cf3b396d3 (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.