Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2017 FBO #5727
MODIFICATION

Z -- NMOKTX SABER Contract

Notice Date
7/27/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NPS, IMR - Santa Fe MABO 1100 Old Santa Fe Trail Building P.O. Box 728 Santa Fe NM 87505 US
 
ZIP Code
00000
 
Solicitation Number
P17PS00215
 
Response Due
8/26/2017
 
Archive Date
9/10/2017
 
Point of Contact
Smalls, Kelvin
 
Small Business Set-Aside
HUBZone
 
Description
This is the formal solicitation / Request for Proposal (RFP), for a Simplified Acquisition of Basic Engineering Requirements (SABER) contract. If awarded, the resulting contract shall provide minimal design / cost estimating, and construction services in support of the National Park Service, Intermountain Region. This SABER contract will be used for real property maintenance, repair, alteration, and/or new construction projects in the states of New Mexico, Oklahoma, and Texas. If required, future amendments will be available through www.fedbizopps.gov, by entering the solicitation number P17PS00215 in the quick search block. A) Set-Aside: THIS IS A TOTAL HUBZone SET-ASIDE. Offers will not be accepted from concerns other than HUBZone certified small businesses. All qualified, responsible HUBZone certified small businesses may submit a proposal for consideration by the National Park Service. The North American Industrial Classification System (NAICS) code for this acquisition is 236220 (Commercial and Institutional Building Construction), and the associated small business size standard is $36.5 million in average annual receipts. B) Scope of Work Description: The general scopes of the task orders may include, but are not limited to the following: Facility renovation, rehabilitation, repair, remodeling and historical preservation; new structure/building construction, topographic surveys; geotechnical investigations; facility, land & water surveys; fire suppression systems; fire & intrusion detection & alarms; communication systems; heating, ventilation and air-conditioning (HVAC); plumbing, and electrical repair/replacement/upgrades; trail/road construction and repair work; energy-saving upgrades, energy-saving projects that meet LEED certification requirements, rodent proofing and feces cleanup, roofing, painting; building/facilities demolition, debris removal, structural repairs, site work, site restoration and rehabilitation, landscaping, parking lots, storm water/drainage, site work associated with campgrounds and picnic facilities expansion, construction or rehabilitation; interior & exterior utilities; site-work; landscaping; fencing, masonry; roofing; concrete work; paving; storm & sanitary sewer systems; irrigation systems; wells; limited environmental remediation; studies; and other related work; geotechnical work; utilities (Water, Wastewater, Electrical, Gas, IT, Telecommunications, etc.) installation/replacement or extensions; paving, equipment upgrades, landscaping; lead paint removal, PCB mitigation, HTRW (Hazardous, Toxic, Radioactive, Waste) removal; adobe masonry stabilization, seismic structural refit, radon testing and abatement, asbestos remediation / abatement, and any required minimal design associated with all of the various aforementioned tasks. All designs that require it shall be completed and stamped by registered design professionals, registered in the state in which the project is located and shall meet local, state, and federal regulations. All work will be accomplished in accordance with individual task order requirements, master specifications, contractor revised / developed statements of work, construction drawings, and detailed line item estimates developed using the contract specific cost estimating software and unit price databases. C) Contract Type: Firm Fixed Price, Indefinite Delivery / Indefinite Quantity, Single Award D) Contract Term / Value: Only one (1) SABER contract will be awarded under this solicitation. The SABER contract shall be awarded for a base period of 1 year, with options for 4 additional one year periods. The total aggregate capacity of this contract shall not exceed $25 million dollars. Combined task order awards for the base year shall not exceed $5 million dollars. Combined task order awards for each exercised option year shall not exceed $5 million dollars. The minimum award / obligation by the government for this contract, for the base and all exercised option periods combined, shall be $5,000.00. E) Use of SABER Contract: A SABER contract is not a requirements contract. The government is solely responsible for the decision to use the SABER contract as the appropriate contract vehicle for a particular task order requirement, or to utilize an alternate procurement method. Determination of the best procurement method for performing task order work will remain solely at the discretion of the Government. Task orders will be awarded as firm-fixed price contracts. Award of task orders will be predicated on determination of best value to the government, and fair and reasonable pricing. Each task order will be awarded pursuant to FAR 16.505. The rules and pricing guidance of FAR Part 16 will be applicable to all task orders. F) SABER Task Orders: Individual task orders will typically range in dollar value between $10,000 and $350,000. The minimum individual task order value will be $2,000 and the maximum task order value will be $1,000,000. Proposals for individual task orders will be solicited from the SABER contractor through a formal Task Order Request / Request for Proposal process. G) Proposal Evaluation Factors: All eligible proposals shall be evaluated in based on the evaluation factors identified below. The evaluation factors are listed in their order of importance. All non-price evaluation factors when combined, are significantly more important than price. The price factor is represented by the offeror ¿s proposed contract coefficients. ¿Experience ¿Past Performance ¿Technical Approach / Management Plans ¿Price / Cost (Coefficients) All prices (coefficients), submitted shall be as low / or lower than the prices charged the contractor ¿s most favored customer for comparable services under similar terms and conditions. Offerors are urged, to include their best technical and price terms in their initial offer, and should not assume that they will be given an opportunity to participate in discussions, or be asked to submit a revised proposal. The government may make award to a conforming proposal without discussions, if deemed to be within the best interest of the government. H) Proposal Evaluation Process: Evaluation of the proposals submitted in response to this solicitation will be conducted on a Performance / Price Tradeoff (PPT) ¿ best value basis. PPT is appropriate when it may be in the best interest of the government to consider award to other than the lowest priced offeror, or other than the highest technically rated offeror. This process permits tradeoffs among price and non-price factors, and allows the government to accept other than the lowest priced proposal. The perceived benefits of a higher priced proposal shall merit the additional cost, and the rationale for tradeoffs must be documented in the file. I) System for Award Management (SAM), Registration: All offeror ¿s must be registered in the System for Award Management (SAM) database prior to selection and award of this contract. J) Pre-Proposal Conference / Meeting: The pre-proposal conference is scheduled for: Date: Wednesday, 16 August 2017 Time: 9:00 --- 12:00 AM, MT Location: Old Santa Fe Trail Bldg., Old Santa Fe Trail, Santa Fe, NM., 87505-0306 Maier Conference Room. If you will be attending the pre-proposal, please submit an e-mail to kelvin_smalls@nps.gov, by 3:00 PM, MT, Monday August 14th, with the name of your company, and the names of all who will be attending on behalf of your company. It is important that we have a relatively accurate head count so that we can accommodate all attendees. In addition to your list of attendees, you are encouraged to submit at the same time, any questions you have that you would like to have addressed during the pre-proposal. K) Primary Point(s) of Contact: Kelvin Smalls, Contracting Officer: NPS-IMR (505) 988-6083, kelvin_smalls@nps.gov Tammy Gallegos, Chief of Contracting: NPS-IMR (505) 988-6085, tammy_gallegos@nps.gov L) Offer / Proposal Submission: Complete proposals must be submitted electronically, by e-mail, and must be received by the solicitation close date and time. Proposals not received by the solicitation close date and time, may not be accepted or evaluated. Offerors shall e-mail proposals to the Contracting Officer identified below. Please e-mail all proposals directly to: Kelvin Smalls, 505-988-6083 kelvin_smalls@nps.gov CONTRACTING OFFICE: National Park Service ¿ Intermountain Region (IMR) Santa Fe Major Acquisition Buying Office (SFMABO) 1100 Old Santa Fe Trail Santa Fe, NM, 87505-0306
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS00215/listing.html)
 
Record
SN04601282-W 20170729/170727232830-b0025a39f14cd3c5f83feeebb714c210 (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.