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: NBD00159373899805033
Posted Date: Dec 16, 2022
Due Date: Jan 3, 2023
Solicitation No: W50S9D22R5002
Source: https://sam.gov/opp/0db684b9a8...
Follow
Washington National Guard - Multiple Award Task Order Contract (MATOC)
Active
Contract Opportunity
Notice ID
W50S9D22R5002
Related Notice
W50S9D22R5001
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 16, 2022 09:41 am PST
  • Original Response Date: Jan 03, 2023 05:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • 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

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 $39,000,000 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 selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance and Technical factors, with a 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. *Note: The price evaluation based on the Prototypical Project will NOT be applicable to the overall MATOC proposal evaluation and award decision. It is anticipated that the solicitation will be available on or about January 3, 2023.





A Pre-proposal conference and site visit is scheduled on or about January 19, 2023. Details for registering for the conference will be available in the solicitation Section 00100. Interested contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. The solicitation closing date is scheduled for on-or-about February 2, 2023. Actual dates and times will be identified in the solicitation. The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at beta.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 matthew.berube.us.af.mil.





*FAR Clause 52.217-8 - Option to Extend Services, will be applicable to the solicitation and all resulting contracts, which will give the government the ability to extend each resulting contract by 6 months.





*FAR Clause 52.219-14 - Limitations on Subcontracting, will be applicable to the solicitation and all resulting contracts.





DISCLAIMER: The official plans and specifications are 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 offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.


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 >