Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912QG-19-R-0002
The USPFO for South Carolina intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, ...
The USPFO for South Carolina intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction, and design-build services at North Carolina National Guard (NCNG) and South Carolina National Guard (SCNG) locations. Typical work includes, but is not to be limited to: interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities, surveys, studies, design-build and other related work. All we be in accordance with (IAW) individual task order requirements, specifications and drawings provided with each project or master specifications. It should be noted that the majority of task orders under these contracts will be for sustainment, repair and maintenance (SRM) projects under $5M dollars. This is a total Small Business (SB) set aside. The North American Industry Classification System (NAICS) code for this work is 236220 (Commercial and Institutional Building Construction) and 237990 (Other Heavy and Civil Engineering Construction). The small business size standard is $36.5 million average annual revenue for the previous three years. The Government anticipates award of a minimum of 3 Individual MATOC contracts, providing sufficient qualified contractors present offers. All responsible SB firms may submit an offer. These anticipated contracts will consist of a Base Year of two (2) calendar years, and three (3) one year option periods. The total contract period, including options, shall not exceed five (5) calendar years. Task orders will range from $2,000.00 to $5,000,000.00. The total of individual task orders placed against this contract shall not exceed $100,000,000.00 to any one contractor. The selection process will be conducted IAW FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical and Price Evaluation of a Seed Project. The magnitude of the seed project is $1,000,000.00 to $5,000,000.00. The seed project will be a Firm Fixed Priced (FFP) Task Order against a resulting MATOC IDIQ Contract. The seed project is to ADD TO and ALTER TO (AD/AL) Weapons Release Building 1040, McEntire Joint National Guard Base, Eastover, SC and will consist of the following CLINS: CLIN 0001 Base Bid. CLIN 0002 Option 1-Add Insulation to Existing Roof System, Extruded Polyisocyanurate. CLIN 0003 Option 2-Recoat Existing Roof System, BRP Urethane Coating Building Renewal. CLIN 0004 Option 3-Install Anti-Fatigue Flooring in Armament Shop Rm 018, Floor Mats, Recessed, In-Laid Black Rubber, Solid ½" Thick. 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 seed project will be used to evaluate the price proposal and portions of the technical proposal and will be awarded. It is anticipated that the solicitation will be available on-or-about June 2019. A Pre-proposal conference and site visit will be held, dates/times to be published in actual solicitation. Details for registering for the conference will be in the solicitation Section 00100. Interested contractors are encouraged to attend should register in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. The solicitation closing date will be listed on the solicitation when published. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be posted to FedBizOpps. To register got to www.fbo.gov. The solicitation and associated information will be distributed using the Federal Business Opportunities website. Contractors and subcontractors interested in this project must register at this site. The plans and specifications will be distributed using the Federal Business Opportunities website. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with FedBizOpps before accessing the system. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO Vendor Guide.pdf. Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. You will need your DUNS number register. Instructions for registering are on the web page (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed, and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate. This synopsis is not an invitation for bids and there will not be a formal public bid opening. 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. If you have any questions concerning this procurement you are encouraged to Email your questions to james.o.robinson10.mil@mail.mil and blake.s.cromer.civ@mail.mil DISCLAIMER: The official plans and specifications 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 www.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.