Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2003 FBO #0540
SOLICITATION NOTICE

Z -- Multiple Award Task Order Contract, Indefinite Delivery, Indefinite Quantity Contract for construction services at the 107th Air Refueling Wing, Niagara Falls International Airport, Niagara Falls, NY.

Notice Date
5/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for New York, 330 Old Niskayuna Road, Latham, NY 12110-2224
 
ZIP Code
12110-2224
 
Solicitation Number
DAHA30-03-R-0014
 
Response Due
7/10/2003
 
Archive Date
9/8/2003
 
Point of Contact
Mark R. Walsh, 518-786-4986
 
E-Mail Address
Email your questions to USPFO for New York
(Mark.Walsh@ny.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA NA Pre-Solicitation Notice: Multiple Award Task Order Contract (MATOC). The USPFO-NY is soliciting proposals to enter into Multiple Award, Indefinite Delivery,Indefinite Quantity (IDIQ) Contracts for maintainence, repair and minor construction to be perfor med at the 107th Air Refueling Wing Air National Guard Base, Niagara Falls, NY 14304. Task orders will be issued to the Task Order Contract (TOC) contractors based on the low price, or a combination of price and other factors (best value judgements) in acc ordance with FAR 16.505. Contracts may be issued for a base period not to exceed 1 year, and an option period not to exceed 4 years (each option period is one year). Task orders will not exceed a cumulative total of $10 million to any one contractor, and t he individual task order minimum and maximum amounts are $2,000 and $1,000,000 respectively. Work to be performed shall be limited to construction services for projects designated for real property at the 107th Air Refueling Wing Air National Guard Base. P rojects will be principally constructed from already completed specifications and drawings provided by the Government. This solicitation is being advertised as UNRESTRICTED in accordance with FAR Subpart 19.10-Small Business Competitiveness Demonstration P rogram. It is the Governments intent to make an award to ten (10)individual MATOC contracts, providing sufficient qualified contractors present offers. A minimum of two(2) awards will be set-aside for Emerging Small Business (See FAR 19.1002 for definiti o n) providing sufficient qualified contractors present offers. At least three (3) awards will be made to 8(a) and/or HUBZONE qualified contractors, providing sufficient qualified contractors present offers. All other awards will be unrestricted and are bein g made pursuant to the Small Business Competitiveness Demonstration Program (ref. FAR 19.10) Persons intending on offering a proposal should attend the Pre-proposal Conference. The FSC is Z119, SIC Code 1542, NAICS CODE 233 and 234 and 236. $28,500.00 is t he small business size standard. Specific trades involved include: Electrical, Mechanical, Roofing, Demolition, Excavation,General Building and Heavy and Highway Construction. The scope of work will include, but not be limited to, new construction, repair, alteration, and demolition of exisitng facilities based upon plans and specifications provided by the Government. Source selection procedures contained within FAR Part 15.3 shall be utilized to select the sucessfull offeror's. Each offeror's proposal sha ll be evaluated and awards will be made to the offeror whose proposal is most advantageous to the Government based upon the evaluation criteria set forth below. Proposals will be evaluated on the following parts: PART 1: Past Performance, PART II: Technica l, Sub Item A, Project Management Ability with an emohasis on (1)Specialized Experience (2) Specific Personnel and (3) Quality Control Plan. PART III: Evaluation of Price Proposal in response to the Prototypical Project. Pricing of the Prototypical Project is required for the evaluation of the price proposal. Special Trade Contractors will be required to submit a cost proposal on the prototypical project which shall be limited to their specific trade. The Government intends to make multiple awards, and rese rves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The basis of awards is the offerors whose proposals, conforming to the RFP, will provide the best value, and be the most advantage ous t o the Government, considering cost or price and other factors. The minimum guranteed amount for each contract is one (1) task order valued at $2000 for the life of the contract. Task orders will be issued for the work intended, which will require multi-dis ciplined construction services in all aspects of general construction. Costs associated with attending site visits, pre-proposal conferences, and mainta ining a n local office are considered the cost of doing business and will not be reimbursed by the Government. The Government intends to award contracts without conducting discussions, therefore, the Offeror's initial proposal shall contain it's best terms from a cost ot price or technical standpoint. A pre-proposal conference is tentatively scheduled for on or around 24 June 2003 at 10:00 A.M. at the 107th Air Refueling Wing Base. Any questions prior to the date established for the pre-proposal conference must be submitted in writing to: mark.walsh@ny.ngb.army.mil or via facsimile to (518)786-4985. Questions and answers wil be distributed via an amendment to the solicitation. Issuance of the solicitation is schedule for 9 June 2003, with receipt of proposals due by 4:00 P.M. local time 10 July 2003. Interested firms may request a copy of the solicitation via written request to: USPFO-NY, ATTN: MNPF-PC, 330 Old Niskayuna Road, Latham, NY 12110-2224, Phone (518)786-4986, fax (518)786-4985.
 
Place of Performance
Address: USPFO for New York 330 Old Niskayuna Road, Latham NY
Zip Code: 12110-2224
Country: US
 
Record
SN00329924-W 20030523/030521213825 (fbodaily.com)
 
Source
FedBizOpps.gov 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.