Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2021 SAM #7210
SOLICITATION NOTICE

Y -- MATOC IDIQ for Construction Services-MS National Guard

Notice Date
8/26/2021 12:25:41 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NH USPFO ACTIVITY MS ARNG FLOWOOD MS 39232-8861 USA
 
ZIP Code
39232-8861
 
Solicitation Number
W9127Q-21-R-0005
 
Response Due
9/30/2021 11:00:00 AM
 
Archive Date
11/30/2021
 
Point of Contact
Lisa D Anguizola, David A. Oglesby
 
E-Mail Address
lisa.d.anguizola.civ@mail.mil, david.a.oglesby.civ@mail.mil
(lisa.d.anguizola.civ@mail.mil, david.a.oglesby.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Response to RFI #01 and Meeting Slides have�been uploaded.� Meeting Minutes and Roster will be uploaded tomorrow/Friday 20210827� � � � � - LDA 08/26/2021 ******************************************** ""As-Builts 1985 0717"" Zip File has been uploaded for reference on the Prototypical Project - AOG B104�MDVL159104.� This file requires permission within SAM� to access.� � � � �- LDA 08/24/2021 ******************************************** See�W9127Q-21-R-0005-0001 AMENDMENT 01 Attached - LDA 08/20/2021 PreProposal Conference to be held Thursday, August 26, 2021 @ 9:00 AM CST� � � � � � � � � � � � � � � � � � See Amendment -01 for further details. ******************************************** Synopsis for MATOC IDIQ for Construction Services - USPFO for Mississippi, � The USPFO for Mississippi intends to issue a Request for Proposal (RFP) for a Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, and construction services in support of the National Guard activities for the State of Mississippi. The primary purpose of the IDIQ MATOC is to support the Mississippi Air and Army National Guard Bases located at the Joint Forces Headquarters in Jackson, MS; U. S. Property and Fiscal Office for MS Complex in Flowood, MS; MS ARNG CSJFTC located near Hattiesburg, MS; MS ARNG Camp McCain Training Center near Grenada, MS; MS ANG 172nd Airlift Wing in Flowood, MS, MS ANG 186th Aerial Refueling Wing in Meridian, MS; and MS ANG Combat Readiness Training Center in Gulfport, MS. �In addition, the MATOC may be used to support the Mississippi Army National Guard readiness centers at various locations within the State of Mississippi. 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, demolition of facilities 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.�� It should be noted that the majority of task orders under these contracts will be for sustainment, repair and maintenance (SRM) projects under $1M dollar. All task orders shall be subject to the Davis Bacon Act and the current prevailing Wage Determination will be incorporated at the time of each task order award as provided by the Department of Labor www.sam.gov/� Click on �Wage Determinations (WDOL)� to search the most recent wage rates for Mississippi. ��NOTE: Demolition projects that are stand-alone, not part of a rebuild, fall under the Service Contract Act, and the Davis Bacon Act is not applicable, nor bonding. FAR 52.222-41, Services Contract Labor Standards, and FAR 52.246-14, Inspection-Dismantling, Demolition, or Removal of Improvements clauses and requirements apply. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $39.5 million average annual revenue for the previous three years. This is a total small business set-aside. �The PSC Code is Y1AA. The Government�s intent is to award a minimum of two (2), no greater than a maximum of ten (10), contracts to offerors that are responsible and that submit proposals that are acceptable and reasonable. At the task order level, the contracting officer may set-aside an individual task order for other socio-economic programs. These anticipated contracts will have a five (5) year ordering period; total contract period shall not exceed five (5) calendar years. The total of all MATOCs awarded will share an ordering capacity of $40M; Task Orders will range from $2,000.00 to $5,000,000.00. The selection process will be conducted in accordance with FAR Part 15 Source Selection Processes and Techniques. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation. The solicitation will contain prototype project for construction services to construct a facility addition for the MS ANG 186th Air Refueling Wing for the Air Operations Group located in building 104 at Key Field.� The prototype project will be used for evaluation purposes only; it will not be awarded.� MATOC IDIQ contract award will be made in accordance with the solicitation to the Best Value Offeror within the areas of consideration as defined in the solicitation. A Pre-Proposal Conference is scheduled for Thursday, 26 August 2021 at 9:00 A.M. local time at the MS Air National Guard 172nd Airlift Wing, located in Flowood, MS. �Details for registering for the conferences are available in the solicitation Section 00100. Interested contractors are encouraged to attend and should register in accordance with the procedures outlined in the solicitation. All responsible firms may submit an offer. Interested offerors must be registered in System for Award Management (SAM). To register in SAM, go to: www.sam.gov/� click on �Entity Registration� to begin the registration process. �Applicants must have DUNS number to complete the registration.� Instructions for registering are provided on the website. �There are no fees/costs for registration nor use of www.SAM.gov and related links. All information regarding this requirement, including the solicitation, amendments, and questions will be posted on www.sam.gov/ �Contract Opportunities�. The plans and specifications will also be distributed using the www.SAM.gov �Contract Opportunities� website.� This is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies.� SAM registration may be required to access this information. Again, there are no fees/costs for registration nor use of beta.SAM.gov and related links. This solicitation is not an invitation for bids and there will not be a formal public bid opening. All inquiries must be in writing, preferably via email to the persons indicated below and specified in the solicitation. All questions regarding this procurement or regarding the pre-proposal conference must be submitted via email to lisa.d.anguizola.civ@mail.mil and david.a.oglesby.civ@mail.mil NLT three workdays prior to closing. Answers will be provided with questions, on a non-attribution basis to all eligible MATOC contractors.� These responses will be posted in writing via beta.sam �Contract Opportunities�.� Full submission details & instructions are in the solicitation.� 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 www.sam.gov/ �Contract Opportunities� 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/48234ca7e3164a79897bb158bd7cdb64/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06112697-F 20210828/210826230130 (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.