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 REPAIR AND MAINTENANCE TO CONCRETE SHELTERS AT WEATHER FORECAST OFFICES AND RADAR SITES TO SUPPORT THE NATIONAL WEATHER SERVICE CENTRAL REGION - Solicitation 1

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-0118
 
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
Base of one of the shelters TPMS B Shelter TPMS B Shelter TPMS A Shelter TPMS A Shelter RDA Shelter RDA Shelter Generator Shelter Generator Shelter Attachment D, Statement of Work for Seed Task Order Attachment C, Past Performance Questionnaire Attachment B, Wage Determinations Attachment A, Statement for Work Solicitation 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 maintenance of pre-cast concrete Radar Shelters for 28 sites. The duration will be 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. Each site has three pre-cast Radar Shelters (including a Radar Data Acquisition (RDA), generator, and Transit Power and Maintenance Shelter (TPMS)), which houses the electronic radar equipment. There are two different types of TPMS buildings, TPMS-A and TPMS-B. TPMS-A has one door and the TPMS-B has three doors. All of these shelters will have exterior maintenance performed on them. Maintenance comprises of construction services to prevent moisture from entering the building and the shelter maintenance repair. Services include but are not limited to: Removing and Replacing Roof, Cleaning and Re-sealing aggregate surfaces, Repainting Metal Surfaces, and Removing and replacing all exterior caulk in joints. The construction of the three types of RDA Shelters are similar in that they are all constructed of concrete panels with exposed aggregate exterior walls and a concrete roof with a rubber protective coating on the roof exterior. All shelters have painted metal doors/frames, ventilation hoods, diesel fuel fill tubes, etc. The RDA and Generator Shelters have caulked joints between concrete panels, whereas the TPMS Shelter does not use caulking in these joints. In addition, the NWS requires maintenance to be done on eight 20' x 20' pre-cast storage shelters which were manufactured by a different manufacturer. There an additional two storage shelters located at Dodge City, Kansas and Jackson, Kentucky which will require maintenance as well. NWS is seeking a contractor to perform a comprehensive, turnkey maintenance program which includes these primary tasks, following a cyclical schedule. This is a 100% set-aside for Small Business. The Government will evaluate the performance capability of offerors in accordance with the criteria described in the solicitation. 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-0118/listing.html)
 
Place of Performance
Address: 601 E 12TH STREET, KANSAS CITY, Missouri, 64106, United States
Zip Code: 64106
 
Record
SN03819276-W 20150802/150731235036-75c8c6d4329052bdb061fa4de567ed2f (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.