Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2010 FBO #2997
SOLICITATION NOTICE

Z -- MATOC (Multiple Award Task Order Construction Contract for Design/Build and Construction only

Notice Date
2/5/2010
 
Notice Type
Presolicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
N1574100023
 
Response Due
3/12/2010
 
Archive Date
2/5/2011
 
Point of Contact
Sharon A. Skelton Contract Specialist 3073442077 Sharon_skelton@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This announcement is a Pre-Solicitation Notice only for a Design Build (D/B) Construction Services Multiple Award Task Order Contract (MATOC) to support the National Park Service, Intermountain Region. This contract will primarily consist of Design Build or Construction only projects for the states of Wyoming and Montana, but could be used for projects in the remaining Intermountain Region states of Utah, Colorado, Texas, New Mexico, Oklahoma and Arizona. The projects can be Design Build or Construction only. THIS SOLICITATION WILL BE 100% SET-ASIDE FOR 8(a) CERTIFIED BUSINESSES ONLY. "COMPETITION FOR THIS PROCUREMENT IS LIMITED TO ELIGIBLE 8(a) FIRMS LOCATED WITHIN REGION 8 (THE STATES OF COLORADO, WYOMING, MONTANA, SOUTH DAKOTA, NORTH DAKOTA AND UTAH) AND IDAHO AND, 8(A) PARTICIPANTS IN GOOD STANDING SERVICED BY A SBA OFFICE OUTSIDE OF THESE STATES, BUT HAVING A BONA FIDE BRANCH OFFICE WITHIN THE GEOGRAPHICAL BOUNDARIES OF THESE STATES." Offers will NOT be accepted from businesses that do not meet the above qualifications. The total combined contract capacity under the umbrella contracts is valued at $45 million dollars. $9 million for the base year and $9 million for each option year should the options be exercised. The contracts will be for a one year base with four one-year option periods for a total of five years. Up to Five (5) contracts can be awarded under this umbrella contract. The Government will obligate itself to obtain not less than $10,000.00 in services, for the life of each contract. Task orders will be awarded on a Lump Sum basis. The minimum order is $10,000 and the maximum order is $2,000,000. Task orders will generally range between $100,000 to $400,000. Each task order will be competed among the successful offerors. Competition will be based on "Best Value" or Low Price. Each task order will be awarded pursuant to FAR 16.505, and in accordance with the provisions contained within the American Recovery and Reinvestment Act of 2009. The general scopes of the task orders include any of the following: new building/structure construction, building renovation, rehabilitation, repair, remodeling and historical preservation, HVAC, plumbing, and electrical replacement/upgrades, trail construction and repair work, energy-saving upgrades, rodent proofing and feces cleanup, roofing, painting, road construction or repair work, all types of building/facilities demolition, building debris type removal, structural repairs, site work around building construction, site restoration and rehabilitation, landscaping, parking lots, storm water/drainage, site work associated with Campgrounds and Picnic Facilities expansion, construction or rehabilitation, geotechnical work, instrumentation, utility (Water, Wastewater, Electrical, Gas, IT, Telecommunications, etc.) installation/replacement or extensions, paving, equipment upgrades, landscaping, security and fire alarm systems, fire suppression systems, lead paint removal, Hazardous material mitigation, HTRW (Hazardous Toxic Radioactive Waste) removal, and asbestos abatement and the design associated with all of the various aforementioned tasks. All designs 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. The NAICS for this acquisition is 236220, with a size standard of $33.5 Million Dollars. Up to Five (5) contracts will be awarded to the most highly qualified offerors. A seed task order will be used to evaluate the technical approach submission criteria. The evaluation factors in order of importance will be Past Experience (Prime and Design Firm subcontractor), Past Performance (Prime and Design Firm subcontractor) and the Technical Approach. When combined, the Technical Proposals will be more important than price. The solicitation will be issued on or about March 15, 2010. An award is anticipated the middle of May, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1574100023/listing.html)
 
Place of Performance
Address: Wyoming, Montana, Utah, Colorado, Arizona, New Mexico, Texas and/or Oklahoma
Zip Code: 82190
 
Record
SN02058968-W 20100207/100205234829-103049e916d4a3b6ef9252792e762b45 (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.