Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2012 FBO #3917
SOLICITATION NOTICE

Z -- The MICC - Fort Sam Houston intends to issue a RFP for Prime Contractors for a Construction IDIQ MATOC for various locations throughout the states of New Mexico, Texas, Arkansas, and Oklahoma

Notice Date
8/13/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
MICC Center - Fort Sam Houston (JBSA), Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J12R0017
 
Response Due
9/6/2012
 
Archive Date
11/5/2012
 
Point of Contact
Kimberly Miller, 210-466-2224
 
E-Mail Address
MICC Center - Fort Sam Houston (JBSA)
(kimberly.miller19@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Mission and Installation Contracting Command - Fort Sam Houston intends to issue a Request for Proposal (RFP) for Prime Contractors for a Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services at various locations throughout the states of New Mexico, Texas, Arkansas, and Oklahoma for the 63rd Regional Support Command, US Army Reserves. Typical work includes, but is not limited to: minor construction, design-build, maintenance, demolition and repair; specialty trades may include, but are not limited to: roofing, electrical, plumbing, carpentry, roadwork, painting, asbestos and/or lead abatement and masonry. Issuance of individual, firm-fixed price task orders using the RS Means (Unit Price Book) with a coefficient is contemplated. Contractors must provide all labor, equipment, materials and supervision necessary to perform general construction work. Contractors must be able to perform all necessary work in all of the states in the selected region. This Request for Proposal will be limited to those 8(a) companies with their principle place located within either New Mexico, Texas, Arkansas, or Oklahoma. All will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $33.5 million average annual revenue for the previous three years. This is a total 8(a) small business set-aside. The government anticipates award of a minimum of three (3) individual MATOC contracts, providing sufficient qualified contractors present offers. All responsible firms may submit an offer. These anticipated contracts will consist of a five (5) year ordering period. Task Orders will range from $2,000.00 to $1,500,000.00. The total of individual task orders placed against this contract shall not exceed $16,500,000.00 to any one contractor. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Prototypical Project. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the prototypical project to be considered for award. The prototypical project will be used to evaluate the price proposal and portions of the technical proposal and will be awarded to the lowest priced technical acceptable offeror. It is anticipated that the solicitation will be available 06 September 2012. A Pre-proposal will be held and the details on the date and location will be forthcoming. Details for registering for the conference will be available in the solicitation. Interested contractors are encouraged to attend and must register in accordance with the requirements to be provided in the solicitation. The solicitation closing date is scheduled for on-or-about 22 Oct 2012. Actual dates and times will be identified in the solicitation. Interested offerors must be registered in the Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information will be available from the Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system contractors and subcontractors interested in this project must register at this site. The plans and specifications will be distributed using the Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Questions shall be addressed via email to Kimberly Miller at kimberly.a.miller266.civ@mail.mil or by mail to: Mission and Installation Contracting Command, Mission Contracting Office - Fort Sam Houston, ATTN: Kimberly Miller, 2205 Infantry Post Road, BLDG 603, Fort Sam Houston, Texas 78234-1361. Questions shall be submitted via email to the POC above. Telephone inquiries will not be entertained. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FedBizOpps.gov or fbo.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c79e01ce74a3debd3c07b4f40102afae)
 
Place of Performance
Address: MICC Center - Fort Sam Houston (JBSA) Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02836611-W 20120815/120813235619-c79e01ce74a3debd3c07b4f40102afae (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.