Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2003 FBO #0541
SOLICITATION NOTICE

Z -- Maintenance of Building

Notice Date
5/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Army, National Guard Bureau, 140th LS/LGC, 18841 East Crested Butte Ave. Bldg 841, Stop 78, Buckley AFB, CO, 80011-9523
 
ZIP Code
80011-9523
 
Solicitation Number
DAHA05-03-R-0010
 
Response Due
7/8/2003
 
Archive Date
8/8/2003
 
Point of Contact
Contracting Office, Entire Office, Phone 3036779498, Fax 3036779136, - Contracting Office, Entire Office, Phone 3036779498, Fax 3036779136,
 
E-Mail Address
lgc.140wg@cobuck.ang.af.mil, lgc.140wg@cobuck.ang.af.mil
 
Description
USPFO for Colorado, 660 S Aspen St. MS 66 RM 250 BLDG 1005 BUCKLEY AFB AURORA CO 80011-9551 Description: The Colorado Army National Guard is soliciting competitive Proposals for a Best Value Horizontal Construction Indefinite Delivery- Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for projects in support of Buckley Air Force Base, Greeley Air National Guard Station, Fort Carson Bombing Range and Peterson Air Force Base, Colorado Springs Colorado. Work includes, but is not limited to, airfield and road/parking lot pavement, asphalt, concrete, joint repairs, full depth repairs and patching down to overlays and surface grinding, drainage, pavement demolition and demolition of structures in the way of new paving, sidewalks, curb and gutter, pavement marking, landscaping, erosions and sediment control, storm water collection systems, oil-water separators and oil-water separator maintenance, fencing, retaining walls, duct banks for communications and electrical and manholes, airfield lighting, exterior lighting, water and gas distribution systems, design build and modified design build in accordance with delivery order requirements, specifications and drawings. The source selection process will be conducted in accordance with FAR Part 15.3, source selection procedures. These will be multi-disciplined contracts consisting of an anticipated Base Award Period of two (2) calendar years, and 3 one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. Delivery Orders will range from $2,000 to $2,000,000. The total of individual task orders placed against this contract shall not exceed $20,000,000 to any one contractor. The applicable NAICS CODE is 237 and the corresponding size standard is $28,500.000.00 average annual receipts over the last three fiscal years. The government intends to award a minimum of six (6) individual MATOC contracts, providing sufficient qualified contractors present offers. A minimum of two (2) awards will be 8(a) and/or HUBZone providing sufficient qualified contractor?s present offers and in accordance with Competitive Demonstration Program (FAR 19.1002) two (2) awards are set-aside for Emerging Small Business (ESB) providing sufficient qualified contractor?s present offers. All other awards will be unrestricted and are being made pursuant to the Small Business Competitiveness Demonstration Program. FAR 19.1007(a) (2)). Proposals will be evaluated on Project Management, Past Performance, Technical, and Price Evaluation of Prototypical Projects. Prospective offerors must submit a proposal for the prototypical projects to be considered for award. The prototypical projects will be used to evaluate contractor?s price proposal and portions of the technical proposal. The Government reserves the right to: reject any or all proposals at any time prior to award; negotiate with any or all offerors; award the contract to other than the offeror submitting the lowest total price; award to other than the offeror submitting the highest technically rated; and award to the offeror submitting the proposal determined by the Government to be the most advantageous (best value) to the Government. The Government intends to award contracts without conducting discussions, therefore, the offeror?s initial proposal shall contain its best terms from a cost or price and technical standpoint. Delivery Orders will be issued to MATOC contractors based on the low competitive price, or a combination of price and other factors (Best Value Judgments) in accordance with FAR 16.505. It is anticipated that the solicitation will be available for distribution on or about June 6, 2003. A site visit and Pre-proposal conference is scheduled for on/ or about 12 Jun 03. Actual dates and times will be identified in the solicitation. Interested parties shall refer to the web-site http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp?SolType=Construction. No telephone requests will be accepted. Point of contact is MAJ Loren J. 303-677-8674, loren.randall@co.ngb.army.mil and Carlos Castillo 303-677-8676 or e-mail carlos.castillo@co.ngb.army.mil or fax 303-677-8682. Original Point of Contact Loren J. Randall, 303-677-8674 Email your questions to USPFO for Colorado At loren.randall@co.ngb.army.mil Performance Address: USPFO for Colorado 660 S Aspen St MS 66 RM 250 BLDG 1005 BUCKLEY AFB Aurora, CO Postal Code: 80011-9551 Country: US
 
Place of Performance
Address: USPFO for Colorado, 660 S Aspen St. MS 66 RM 250, BLDG 1005 BUCKLEY AFB AURORA CO 80011-9551,
Country: USA
 
Record
SN00330852-W 20030524/030522213555 (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.