Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2012 FBO #3858
SOLICITATION NOTICE

Z -- Simplified Acquisition of Basic Engineering Requirements Contract, (SABER) - For support of National Park Service maintenance, repair, and construction requirements in the states of NM, OK, & TX. Santa Fe Major Acquisition Buying Office - MABO

Notice Date
6/15/2012
 
Notice Type
Presolicitation
 
Contracting Office
IMR - MABO - Santa Fe Major Acquisition Buying Office 1100 Old Santa Fe Trail Bldg Santa Fe NM 87505
 
ZIP Code
87505
 
Solicitation Number
P12PS40866
 
Archive Date
6/15/2013
 
Point of Contact
Kelvin J. Smalls Contract Specialist 5059886083 kelvin_smalls@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
Total Small Business
 
Description
This announcement serves as the pre-solicitation notice for a Simplified Acquisition of Basic Engineering Requirements (SABER) contract. This contract shall provide minimal design / cost estimating, and construction services in support of the National Park Service, Intermountain Region. This SABER contract will primarily be used for real property maintenance, repair, alteration, and/or new construction projects in the states of New Mexico, Oklahoma, and Texas. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. Offers will NOT be accepted from concerns other than small businesses. This SABER contract shall be awarded for a one year base period, and four one-year option periods for a potential aggregate total of five years. The total aggregate capacity of this contract shall not exceed $20 million dollars. Combined task order awards for the base year shall not exceed $4 million dollars. Combined task order awards for each exercised option year shall not exceed $4 million dollars. The Government hereby obligates itself to obtain not less than $2,000.00 in services for the base year of the contract, and $2,000.00 in services for each exercised option year. Bids / proposals for each task order will be solicited from the SABER contractor through a formal Task Order Request / Request for Quote process. The minimum task order amount shall be $2,000 and the maximum task order amount will be $1,000,000. Typical task orders will generally range in value from $10,000 to $250,000. 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. The general scopes of the task orders may include, but are not limited to the following: new building/structure construction, building renovation, rehabilitation, repair, remodeling and historical preservation, HVAC, plumbing, and electrical repair/replacement/upgrades, incidental trail/road construction and repair work, energy-saving upgrades, energy-saving projects that meet LEED certification requirements, rodent proofing and feces cleanup, roofing, painting, 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, PCB (Polychlorinated Biphenyl) 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. The NAICS for this solicitation is 236220, with a size standard of $33.5 Million Dollars. Only one (1) SABER contract will be awarded under this solicitation. A seed task order will be used to evaluate the technical approach and management capability submission criteria. The evaluation factors in order of importance will be experience and past performance, key personnel and staffing, technical approach and management capability, and price / cost. When combined, the Technical Proposal will be more important than price. The solicitation will be issued on or about 13 July 2012 and proposals will be due on or about 13 August 2012. Award is anticipated on or about 20 August 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS40866/listing.html)
 
Place of Performance
Address: National Parks / Park Units in the Intermountain Region states of New Mexico, Oklahoma, and Texas
Zip Code: 875050360
 
Record
SN02776851-W 20120617/120615234425-beb6431da15f75f60ef106cd7156711e (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.