Washington Bids > Bid Detail

Washington National Guard - Multiple Award Task Order Contract (MATOC)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159116689584182
Posted Date: Feb 9, 2023
Due Date: Feb 23, 2023
Solicitation No: W50S9D22R5002
Source: https://sam.gov/opp/643a172543...
Follow
Washington National Guard - Multiple Award Task Order Contract (MATOC)
Active
Contract Opportunity
Notice ID
W50S9D22R5002
Related Notice
W50S9D22R5002
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N6 USPFO ACTIVITY WAANG 141
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Feb 09, 2023 11:30 am PST
  • Original Published Date: Jan 04, 2023 10:51 am PST
  • Updated Date Offers Due: Feb 23, 2023 05:00 pm PST
  • Original Date Offers Due: Feb 03, 2023 05:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 10, 2023
  • Original Inactive Date: Feb 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fairchild AFB , WA 99011
    USA
Description View Changes

AMENDMENTS #03 AND #04 ATTACHMENTS:



1) NEW SF1442: Based on Amendments 03 and 04, Two NEW* changes to the RFP are highlighted in YELOW throughout entire document. *The due date has changed to 23 February 2023, and a typo correction in section 00110.



2) SF30 Amendments 03 and 04: This is for your records. *It does show a "SUMMARY OF CHANGES" section, however DO NOT rely on this document for all changes made. Please use The RFI Q&As and the SF1442.



3) RFI Q&As. This captures all RFI responses from 1 - 8 February 2023.



4) Additional LIGHTING plans have been requested and are avialable upon request if necessary.







AMENDMENT #02, ATTACHMENTS:



1) NEW SF1442: ALL changes to the RFP are highlighted in YELOW throughout entire document. Any text that may have been removed or moved to a new location are based on responses to RFIs, or errors/typos that were found by our office.



2) SF30 Amendment: This is for your records. *It does show a "SUMMARY OF CHANGES" section, however DO NOT rely on this document for all changes made. Please use The RFI Q&As and the SF1442.



3) RFI Q&As. This captures all RFI responses 26 January thru 1 February 2023. All unanswered submitted RFIs will be captured on a subsequent amendment as necessary.





AMENDMENT #01, ATTACHMENTS:



1) NEW SF1442: ALL changes to the RFP are highlighted in YELOW throughout entire document. Any text that may have been removed or moved to a new location are based on responses to RFIs, or errors/typos that were found by our office.



2) SF30 Amendment: This is for your records. *It does show a "SUMMARY OF CHANGES" section, however DO NOT rely on this document for all changes made. Please use The RFI Q&As and the SF1442.



3) RFI Q&As. This captures all RFI responses through 25 January 2023. All unanswered submitted RFIs will be captured on a subsequent amendment as necessary.



4) Pre-Proposal Conference Sign-in sheet



5) Pre-Proposal Conference Slides. This is all the information briefed at the conference.







*PLANS AND SPECS FOR PROTOTYPICAL PROJECT WILL BE AVAILABLE UPON REQUEST!



*The small business size standard for NAICS 236220 has been updated to $45,000,000 as of 1 Jan 2023.



The USPFO-WA requires an Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for Construction, maintenance, and repair for the Washington National Guard, 141st Air Refueling Wing (Fairchild AFB – Spokane), 194th Wing (Camp Murray – Tacoma), USPFO-Purchasing and Contracting Office (Camp Murray – Tacoma) and the Western Air Defense Sector (WADS) (Joint Base Lewis-McChord - Tacoma) locations. Typical work will include, 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, environmental remediation related to primary construction, construction of new facilities, surveys, studies, and other related work. All project specifications and drawings will be provided with request for proposal (RFP) on a task order basis. The North American Industry Classification System (NAICS) code for this work is 236220 Commercial and Institutional Building Construction. The small business size standard is $45,000,000 average annual revenue for the previous three years. This requirement will be set-aside for small business to include all small disadvantaged categories. The Government anticipates award of up to 15 individual contracts that will support either Fairchild AFB or Camp Murray/WADS, or both locations, based on evaluation of offers and contractor chosen locations of work. This MATOC will be awarded as multiple IDIQs with a period of performance of five years with a shared ceiling (capacity) of $25,000,000. This contract will be used in support of Sustainment, Restoration, and Maintenance (SRM); Minor Construction; and Military Construction (MILCON) under $5,000,000 per task order. Firm-Fixed price task orders will be awarded on a competitive basis as requirements are fully developed and funded. Successful performance of the contract will be determined by delivery and acceptance of project requirements in accordance with details and specifications outlined in the statement of work/objectives (SOW/SOO) for each project.

The Governments intent is to award up to 15 contractors that are responsible and that submit proposals that are acceptable and reasonable. These will be multi-disciplined contracts consisting of a five calendar year ordering period.

Persons intending on offering a proposal should attend the pre-proposal conference. See section 00100 for location and date. This solicitation and all associated information, notices and amendments will be posted at SAM.gov. A bid bond will not be required for MATOC award, however will be required for all future task orders that are estimated at $150,000 or more. See FAR provision 52.228-1 for details.



*PLANS AND SPECS FOR PROTOTYPICAL PROJECT WILL BE AVAILABLE UPON REQUEST!




Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR WAANG DO NOT DELETE 2 S OLYMPIA AVE
  • FAIRCHILD AFB , WA 99011-9439
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >