Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SOURCES SOUGHT

Z -- CONSTRUCTION MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) SOURCES SOUGHT - Sources Sought Info Request Form

Notice Date
5/17/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Montana, PO Box 1157, Helena, Montana, 59624-1157
 
ZIP Code
59624-1157
 
Solicitation Number
W9124V-17-R-0001
 
Point of Contact
JODI ZOLYNSKI, Phone: 4063243410
 
E-Mail Address
jodi.l.zolynski.civ@mail.mil
(jodi.l.zolynski.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Information Request Form MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) SOURCES SOUGHT The USPFO for Montana is issuing this sources sought notice to identify potential small, bondable and experienced prime contractors and their socio-economic status within a 120-180 minute response time from the Montana Air National Guard, Great Falls, MT. Potential contractors responding to this sources sought should be able to demonstrate their capabilities of acting as prime contractors for an indefinite delivery, indefinite quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for maintenance, repair, construction, and possible design-build services to support the 120th Airlift Wing located on the Montana Air National Guard Base, Great Falls MT, the 219th Red Horse Squadron located on Malmstrom Air Force Base as well as possible facilities located on Fort Harrison, MT. THIS IS A SOURCES SOUGHT NOTICE ONLY. The sources sought does not constitute an invitation for Bids, Request for Proposals, nor a Request for Quotations, and is not to be construed as a commitment by the Government to issue a contract or otherwise pay for the information solicited. No further information is available from The Montana Air National Guard or the USPFO for MT. The Government may or may not issue solicitation documents as a result of this sources sought notice. A MATOC is an IDIQ contract for construction services with multiple awardees. Actual work is awarded through the issuance of task orders. Multiple awardees generally compete with each other for task orders. There are some exceptions to this rule, whereby competition may be reduced or task orders are issued non-competitively to one contract holder. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual task orders awarded for individual projects that will be performed in accordance with individual task order requirements, specifications and drawings or with the set of master specifications issued with the successful offeror's Task Order Contract. These anticipated IDIQ 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 $2000.00 to $5,000,000.00. The total of individual task orders placed against this contract shall not exceed $20,000,000.00 to any one contractor. Typical task order projects include, but are not 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, demolition, roofing, concrete, asphalt and airfield 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 and specifications and drawings provided with each project or master specifications. A majority of the issued task orders will be for projects located on the Montana Air National Guard Base, Great Falls, MT. 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 $36.53 million average annual revenue for the previous three years. 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. Interested bondable small businesses having the skills and capabilities necessary to perform the stated requirements are invited to submit (1) positive statement of intention to submit a proposal as a prime contractor; (2) a completed and signed Sources Sought Information Request Form; (3) examples of similar work your firm has performed as the prime contractor with customer name with contact information, location work was performed, and summary description of project. The attachments should not exceed five pages and not be handwritten. All interested small business concerns shall provide the previously listed information to Jodi.l.zolynski.civ@mail.mil no later than 2:00 PM Mountain Standard Time on May 26, 2017. No facsimile or mailed responses will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V-17-R-0001/listing.html)
 
Place of Performance
Address: 120th Airlift Wing located on the Montana Air National Guard Base and the 219th Red Horse Squadron located on Malmstrom Air Force Base, Great Falls, MT, as well as possible facilities located on Fort Harrison, MT, United States
 
Record
SN04512027-W 20170519/170517235120-b82a30106bafed3cd9633be851fb65ff (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.