SOURCES SOUGHT
Y -- MN MATOC FY22
- Notice Date
- 12/9/2021 10:44:50 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7NG USPFO ACTIVITY MN ARNG LITTLE FALLS MN 56345-4173 USA
- ZIP Code
- 56345-4173
- Solicitation Number
- W912LM-22-R-1000
- Response Due
- 12/20/2021 8:00:00 AM
- Archive Date
- 01/04/2022
- Point of Contact
- Drue Glaze, Phone: 320.616.2752
- E-Mail Address
-
drue.l.glaze.mil@army.mil
(drue.l.glaze.mil@army.mil)
- Description
- MN MATOC FY22 Category � Y Construction of structures and Facilities Date Published: 9 Dec 2021 Contract: Drue Glaze athe the Minnesota USPFO 15000 Hwy 115 Bldg 15-2 Camp Ripley, Little Falls MN 56345. Phone Number 320.616.2752 Synopsis: MN MATOC FY22 This is a Sources Sought Synopsis for the purpose of conducting market research, and obtaining industry information ONLY. No proposals are being requested, nor accepted at this time. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of small business concerns, including 8(a), Historically Underutilized Business Zone (HUBZone), Small Disadvantaged Business (SDB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The USPFO for Minnesota will use this information to develop an acquisition strategy for the upcoming Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, and construction in Minneapolis/St. Paul (Twin Cities) and Duluth, MN. 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 and other related work. All will be in accordance with individual task order requirements, specifications and drawings provided with each project and/or master specifications. Prospective contractors must be able to react within 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. The Government anticipates award of a maximum of nine (7) individual MATOC contracts and provided sufficient qualified contractors respond. The North American Industry Classification System (NAICS), code(s) for the MATOCs will be 236220. The small business size standard will be $39.5 million average annual revenue for the previous three years. Total contract period for each MATOC shall not exceed five (5) calendar years. Delivery Orders will range in value from $2,500.00 to $5,000,000.00. The total of individual task orders placed against a MATOC shall not exceed $49,000,000.00 to any one contractor. Source Selection procedures will be utilized to determine awardees. All interested small business concerns will provide this office with the following: (1) A statement of positive intent to submit a proposal for a MATOC; (2) Company Name, address, point of contact, telephone number, and email address; (3) Small Business status, to include 8a, HUBZone, SBD, SDVOSB, large / small business etc. Status of 8(a) or HUBZone contractors will be verified by the Small Business Administration (SBA); (4) Provide a general statement of your qualifications, capabilities and demonstrate the capacity to perform this type of work; (5) Demonstrate experience and technical competence in the execution of construction projects, in the dollar value range of $2,000.00 to $5,000,000.00. Provide a brief description of projects / work performed, contract number, total contract value, and period of performance; (6) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the task orders; (7) Indicate which locations you will submit a proposal for Minneapolis/St. Paul, Duluth or both. (8) Provide a list of up to 3 projects that you have done that are similar in scope. In the event sufficient small business contractors are not available for adequate competition for this MATOC, it will be advertised as unrestricted. Submissions shall not exceed 5 typewritten pages and will be sent via email to drue.l.glaz.mil@army.mil and michael.d.dixon82.civ@army.mil by the closing date posted in SAM. Include the following in the subject line �Sources Sought W912LM-22-R-1000 MN MATOC�.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/78002f96be7741bea548cb7a7becd0b7/view)
- Record
- SN06195360-F 20211211/211210201447 (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 |