Search Contract Opportunities

Multiple Award Task Order Contract in support of the Kentucky Air National Guard

ID: W912KZ-06-R-0005 • Type: Presolicitation

Description

Posted: Oct. 6, 2006, 12:00 a.m. EDT
The USPFO for Kentucky, on behalf of the Kentucky National Guard, intends to issue a Request for Proposal (RFP) for Construction, Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, cons truction and design-build services at the Kentucky Air National Guard, Louisville, KY. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior an d 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 facilitie s , surveys, studies, design-build and other related work. All work will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. Prospective contractors must be able to resp ond within 120 minutes (2 hours)to the Air National Guard Base located in Lousiville, KY, to emergencies via the main office or a staffed satellite office. The government anticipates award of a minimum of nine (9) individual MATOC contracts, providing suff icient qualified contractors present offers. A minimum of two (2) awards will be made to Section 8a and Certified HUBZONE Small business concerns and Service Disabled Veteran Owned Business (SDVOB) concerns, providing sufficient qualified contractors prese nt offers. All other awards will be unrestricted and are b eing made pursuant to the Small Business Competitiveness Demonstration Program, FAR 19.1007(a)(2)). Qualified Emerging Small Businesses (See FAR 19.1002 for definition) will be identified and resul ting task orders within the ESB reserve (currently $30,000. 00) will be set-aside for exclusive participation by ESB MATOC contract awardees. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size st andard is $31 million average annual revenue for the previou s three years. All responsible firms may submit an offer. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. These anti cipated contracts will consist of a Base Award Period of two (2) calendar years and three one year option periods. Total contract period shall not exceed five (5) calendar years. Delivery Orders will range from $2,000.00 to $3,000,000.00. The total of indi vidual task orders plac ed against this contract shall not exceed $20,000,000.00 to any one contractor. The selection process will be conducted in accordance with FAR Part 15.3 source selection procedures. Proposals will be evaluated on Past Performance, T echnical, and Price Evaluation of a Prototypical Project. Prospective offerors must submit a written pas t performance and technical proposal and a price proposal for the prototypical project to be considered for award. The prototypical project will be use d to evaluate the price proposal and portions of the technical proposal. It is anticipated that the solic itation will be available 12 October 2006. A Pre-proposal conference and site visit is tentatively scheduled for 26 October 2006. Details for register ing for the conference will be available in the solicitation Section 00100. Interested contractors are encouraged to attend, and 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 is scheduled for on-or-about 9 November 2006. Actual dates and times will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted a t the following web page: http://www.nationalguardcontracting.org/ebs/advertisedsolicitations.asp. Interes ted offerors must be registered in the DOD Cent ral 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 certificatio ns 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 minus the plans and specifications wil l be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSol icitations.asp. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the Federal Technical Data Solution (FedTeDS) website on-line at https://www.fedteds.gov/. A link to this site can be found under Plans at the solicitation website. No telephone requests will be accepted. For security reasons all potential offerors, p lan rooms and printing companies are required to register in the Central Contractors Registra tion (CCR) and the Federal Technical Data Solution (FedTeDS) in order to view or download the plans or drawings from the web site. This solicitation is not a com petitive bid and there will not be a formal public bid opening. All inquiries must be in writi ng, 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 c oncerning this procurement you are encouraged to Email your questions to diane.hutchinson@us.army.mil. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for infor mation furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.national guardcontracting.org/Ebs/AdvertisedSolicitations.asp for electronic downloading.This will normally be the only method of distributing amendm ents prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amen dments to the solicitation.Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of I nternet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.
Posted: July 10, 2006, 12:00 a.m. EDT

Overview

Response Deadline
Nov. 9, 2006, 12:00 a.m. EST (original: Sept. 28, 2006, 1:00 a.m. EDT) Past Due
Posted
July 10, 2006, 12:00 a.m. EDT (updated: Oct. 19, 2006, 3:25 a.m. EDT)
Set Aside
Partial Small Business (SBP)
Place of Performance
Kentucky Air National Guard/123rd Airlift Wing 1101 Grade Lane Louisville KY 40213
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
64%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 7/10/06 Department of the Army issued Presolicitation W912KZ-06-R-0005 for Multiple Award Task Order Contract in support of the Kentucky Air National Guard due 11/9/06. The opportunity was issued with a Partial Small Business (SBP) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y.
Primary Contact
Name
Diane T Hutchinson   Profile
Phone
667-1390
Fax
(502) 607-1424

Documents

Posted documents for Presolicitation W912KZ-06-R-0005

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912KZ-06-R-0005

Contract Awards

Prime contracts awarded through Presolicitation W912KZ-06-R-0005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912KZ-06-R-0005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912KZ-06-R-0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USPFO KY P&C
Source Organization Code
254ceaba3261ccb6030d1f1c888ce000
Last Updated
April 18, 2007
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 8, 2007