The RFP Database
New business relationships start here

Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, and construction services within the State of Rhode Island, statewide


Rhode Island, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 The USPFO for Rhode Island intends to issue a Request for Proposal (RFP) to for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, and construction services within the State of Rhode Island, statewide. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, 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 will be in accordance with 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 $1M dollars. Prospective contractors must be able to respond within 120minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. The North American Industry Classification System (NAICS) code for this work is 236220 and 237990. The small business size standard is $36.5million average annual revenue for the previous three years. This is a total 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 Base Award Period of two (2) calendar years, and 3 one-year option periods. Total contract period, to include 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 $10,000,000.00 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 "Seed" Project(s). 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 if funds are available. It is anticipated that the solicitation will be available August 3, 2017. A Pre-proposal conference and site visit is tentatively scheduled for August 15, 2017, at 10:00AM. Details for registering 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. Registration prior to attending is necessary to insure clearance to the facility. The solicitation closing date is scheduled for not later than 12NOON on September 7, 2017.  Dates and times are also identified in the solicitation. All information, amendments and questions concerning this solicitation will be posted to FedBizOpps. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information will be available from the Federal Business Opportunities system (FedBizOpps.gov or fbo.gov). 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. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) 2) DUNS Number and CAGE Code 3) Telephone Number 4) E-Mail Address. 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. Contractors who do not already have a MPIN are advised that the normal processing time is 7 to 12 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is not a competitive bid 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


mona.morin.civ@mail.mil and timothy.j.caron.mil@mail.mil.


 


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 offeror’s 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 offeror’s inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.



Mona Morin, Contract Specialist, Phone 4012754248, Email mona.morin.civ@mail.mil - Timothy Caron, Base Contracting Officer, Phone 401-275-4282, Email timothy.j.caron.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP