Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 29, 2019 SAM #6604
SOURCES SOUGHT

Y -- Detroit Arsenal Construction MATOC

Notice Date
12/27/2019 8:11:11 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W4GG HQ US ARMY TACOM WARREN MI 48397-5000 USA
 
ZIP Code
48397-5000
 
Solicitation Number
W56HZV20RL812
 
Response Due
1/11/2020 2:00:00 PM
 
Archive Date
01/26/2020
 
Point of Contact
Mathew M. Stocker, Contract Specialist, Phone: 5862822318
 
E-Mail Address
mathew.m.stocker.civ@mail.mil
(mathew.m.stocker.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Garrison - Detroit Arsenal (USAG-DTA) Directorate of Public Works (DPW) has a continuous need for a broad range of design-build and design-bid-build construction capability to support real property sustainment, restoration, modernization, repair and minor construction of buildings, structures or other real property at the Detroit Arsenal, Selfridge Air National Guard Base (SANGB), and surrounding satellite locations. The proposed contract action will be a small business set-aside. The type of work may include but is not limited to any of the disciplines listed in sector 23 of the Small Business Administration Table of Small Business Size Standards for construction. Scope of work includes construction activities performed in a variety of trades such as: carpentry, road repair, roofing, excavation, interior electrical, exterior electrical, heating, ventilating, and air conditioning (HVAC), fire protection, telecommunications, steam fitting, plumbing, sheet metal, painting, demolition, concrete masonry and welding. The North American Industry Classification System (NAICS) code applicable to this requirement is 236220 (Commercial and Institutional Building Construction) and the size standard is $39.5 million. To acquire these construction services, the Government anticipates awarding multiple Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts on a Firm-Fixed-Price basis. The awards will consist of a five ordering years. The selection process for awards will be conducted in accordance with FAR 15.101-1 source selection, tradeoff process. Approximately 15 proposals offering the best value to the Government will be considered for contract awards and will be used to form the MATOC contractor pool. The total maximum dollar value (total of all ordering periods) for all contracts awarded as a result of the proposed solicitation is $92,000,000. The guaranteed minimum is $1,000.00. Task orders will be competed under the fair opportunity process in FAR 16.505(b). A typical task order may be between $25,000 and $5,000,000. The proposed solicitation number is W56HZV-20-R-L812 and will be issued via beta.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f9021297785049638b65c366c48db9ef/view)
 
Place of Performance
Address: Warren, MI, USA
Country: USA
 
Record
SN05524527-F 20191229/191227230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.