Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2016 FBO #5245
MODIFICATION

Y -- SOLICITATION INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) TASK ORDER CONTRACT TO PROVIDE A FULL RANGE OF GENERAL FACILITIES CONSTRUCTION (GFC) SERVICES THE NATIONAL WEATHER SERVICE EASTERN REGION - Solicitation 1

Notice Date
4/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Norfolk, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
WC-1330-16-RP-0015
 
Response Due
5/3/2016 2:00:00 PM
 
Archive Date
8/31/2016
 
Point of Contact
Nicholas DeGuire, Phone: 816-426-2367
 
E-Mail Address
nicholas.j.deguire@noaa.gov
(nicholas.j.deguire@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment C Task Order 0001 Attachment B Past Performance Questionnaire Attachment A Statement of Work for IDIQ Solicitation The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) has issued a Request for Proposals (RFP) for up to three (3) stand-alone Indefinite Delivery, Indefinite Quantity (IDIQ) Task Order Contracts to provide a full range of General Facilities Construction (GFC) services. These services will be in support of primarily the National Weather Services (NWS), Eastern Region (ER), System Operation Division (SOD) which has responsibility for facilities and projects in the eastern half of the nation. Also, these contracts may be used by other components of NOAA and the DOC for similar requirements. The Government intends to award up to three (3) stand-alone contracts consisting of a five-year base period. This action will not result in multiple award task order contracts (MATOCs). Award of task orders will be on a firm fixed-price basis. The scope of services under this proposed contract includes, but is not limited to the following: Various types of roof installation and repairs that may include polyurethane, shingles, decking, flashing, concrete roofs, and membrane roofs; All construction phases for Automated Surface Observing System (ASOS) rehabilitations; Carpentry work; Antenna Tower installations from 30 feet to 100 feet, including footers and foundations; Mold remediation and sampling; Lightning protection system installation, including ground ring, masts, rods, and exothermic welding; Parking lot sealing and expansions; Fiberglass dome restoration and sectional manufacturing and installation; Electrical branch circuit installation, breaker panel and transformer installation no higher than 480 volts, 3-phase and single-phase; Plumbing installation; uninterruptible power supply (UPS) installations up to 100 KVA ; UPS battery change outs; Concrete repair for walkways, foundations, pads, piers, and similar structures; Wall air-conditioning (AC) unit installations, 1-to-6 tons; up to 200kW generator installations including automatic transfer switch (ATS); Installation of less than 20' x 20' prefabricated buildings; Ability to install signage, including earthwork, electrical connections, lighting, and acquisition; Installations and repair of landscaping irrigation systems; and Identification of facilities systems deficiencies and development of recommendations for solutions; Demolish and dispose of concrete, wood structures and other small facilities (less than 1000sf), all aspects; provide HVAC replacements of 10-30 ton air handling units, with evaporators, expansion valves and all other equipment required for system performance; install building automated management systems; monitoring, on-site routine preventive maintenance, and as needed, on-site repair of hydro meteorological data collection and communications equipment; installation, modification, maintenance, and training support for hydro meteorological data collection software, and the hardware on which it operates; perform conductance, impedance, and resistance testing on power systems; conduct thermal testing and infrared diagnostics on facilities; conduct IAQ testing; HVAC duct cleaning; and convert Upper Air Inflation Building (UAIB) to hydrogen controls from helium. The Total Acquisition Value for each of the contracts is $3.3 million. Services will be implemented through individual task orders and will be issued when need arises during the contract period. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, a minimum of $25,000 is guaranteed to be ordered during the performance period of each contract. The Contractor is not guaranteed work in excess of the minimum guarantee. 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. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. 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. Prior experience with Government contract work is not required for submitting a proposal; however, prior experience with construction of comparable facility projects of similar size, complexity, and cost range is required. 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 may 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/EASC/WC-1330-16-RP-0015/listing.html)
 
Place of Performance
Address: Various locations in the Eastern portion of the United States, United States
 
Record
SN04070883-W 20160403/160401234830-60eff13218ff7b27e4e04047473c6f7e (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.