Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2022 SAM #7651
SOLICITATION NOTICE

Y -- Synopsis USPFO for Arkansas intends to issue RFP for Construction MATOC - W912JF23R0001

Notice Date
11/9/2022 1:17:21 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7MW USPFO ACTIVITY AR ARNG CAMP ROBINSON AR 72199-9600 USA
 
ZIP Code
72199-9600
 
Solicitation Number
W912JF23R0001
 
Response Due
11/25/2022 7:00:00 AM
 
Point of Contact
Samuel Bond, Phone: 0000000000, Mark White, Phone: 0000000000
 
E-Mail Address
samuel.bond.1@us.af.mil, mark.c.white20.civ@army.mil
(samuel.bond.1@us.af.mil, mark.c.white20.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USPFO for Arkansas intends to issue a Request for Proposal (RFP) for Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, and construction at Arkansas National Guard facilities in and around Fort Smith, Arkansas and Little Rock, Arkansas. Typical work includes, but is 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, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities, surveys, studies, design-build 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 $1 million. The North American Industry Classification System (NAICS) codes for this work are 236220 and 237990. 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 government intends to award up to fourteen (14) individual MATOC contracts, providing sufficient qualified contractors present offers. All responsible firms may submit an offer. These anticipated contracts will consist of a five calendar-year ordering period. Task Orders will range from $2,000.00 to $5,000,000.00. The total of individual task orders placed against the total MATOC program shall not exceed $40,000,000.00. 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. 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 prototypical project will be used to evaluate the price proposal and portions of the technical proposal and will not be awarded. It is anticipated that the solicitation will be available on or about 29 November 2022. The government does not intend to conduct a pre-proposal conference or site visit for the prototypical project; however, there will be a question-and-answer period as-well-as instructions for submitting questions within the solicitation.� The solicitation closing date is scheduled for on-or-about 6 January 2023. Actual dates and times will be identified within the solicitation. The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov.� Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration). 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 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 Mr. Sam Bond at samuel.bond.1@us.af.mil and Mr. Mark White at mark.c.white20.civ@army.mil . DISCLAIMER: The official plans and specifications will be located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities 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 inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/09fde5049a4e4d6ab468e8271e040e22/view)
 
Place of Performance
Address: North Little Rock, AR 72199, USA
Zip Code: 72199
Country: USA
 
Record
SN06513708-F 20221111/221109230111 (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.