Search Contract Opportunities

AMENDMENT 0002 ND CONSTRUCTION MATOC FY22   6

ID: W901UZ22R0001 • Type: Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: April 26, 2022, 12:06 p.m. EDT

***AMENDMENT 0002*** W901UZ22R0001 0002. This amendment includes the following:

1-Addendum No. 01

2-Revised Sec. 01 2300 BSD Alt

3-Revised Section 26 3213 Engine Generators

4-Addendum No. 01 Revised Drawing Sheets

5-Exhibit D

6-Questions and Answers

7-Attendance Roster

8-Power Point Slides

----------------------------------------------------------------------------------------------------------------------------------------------------------------

**AMENDMENT 0001 changes the pre-proposal meeting date and time from 13 April 2022, 11:30AM CST to 19 April 2022,
10:00AM CST due to anticipated blizzard conditions in North Dakota. See changes in attached SF 30 and Exhibit D.**

------------------------------------------------------------------------------------------------------------------------------------------------------------------

*This notice has been edited to attach the following documents*

EXHIBIT A - Performance Relevancy Questionnaire

EXHIBIT B - Subcontractor Information and Consent Form

Exhibit C - Reference Questionnaire package

--------------------------------------------------------------------------------------------------------------------------------------------------------------------------

The USPFO for North Dakota intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for the maintenance, repair, and construction in support of the 119th Wing, Air National Guard, Fargo, North Dakota. 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, and studies. All work will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications.

Prospective contractors must be able to respond within 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. The government anticipates award of a minimum of two (2) with a maximum of eight (8) individual MATOC contracts, providing sufficient qualified contractors present offers.

All contracts will be awarded as a100% small business set-aside. The contracting officer may set-aside task orders for SBA Certified 8(a) participants; Small Business Service Disabled Veteran Owned Business Concerns, and Woman Owned Small Business Concerns providing two or more qualified contractors in each category present conforming offers and are awarded a MATOC. See FAR clause 52.219-14, Limitation on Subcontracting, Deviation 2021-O0008.

The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $39,500,000.00 average annual revenue for the previous three years. All responsible firms may submit an offer. These anticipated contracts will consist of a five year ordering period. Task Orders will range from $2,000.00 to $5,000,000.00. The total of individual task orders placed against this contract shall not exceed $20,000,000.00 to any one contractor.

The selection process will be conducted in accordance with FAR Part 15.3 and DFAR 215.3 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Seed Project; Project Number: KKGA182013, Upgrade B210 for Corrosion Control & Fuel Cell/Wpn Release. Project provides for the furnishing of all plant, labor, material, equipment, appliances and supervision necessary of remodeling a 23,000 SF block and brick aircraft hangar into a corrosion control facility. The majority of the work will be interior to include new concrete masonry unit interior walls that are painted, lay in acoustic ceilings or open exposed structure ceilings. An additional electrical service, a backup generator and new sanitary sewer line will be included. Surface preparation, painting and ventilation equipment will be provided by the contract in accordance with the task order requirements. This project is for a Firm Fixed Task Order against a resulting MATOC IDIQ Contract.

Prospective offerors must submit a written past performance proposal, technical proposal, and a price proposal for the Seed Project to be considered for award. The Seed Project will be used to evaluate the price proposal and portions of the technical proposal. In addition, the Seed Project may be awarded if funds are available.

In accordance with FAR 6.302-1(c) the following brand name requirements will be included for the Seed Project;

1. Air Handling Equipment Trane
2. Direct Digital Control System Trane

The following option CLIN's will be included with the Seed Project;

1. Highbay Light Replacement
2. Polished Concrete Floors
3. Hangar Wall & Ceiling Painting
4. Generator & Enclosure

Interested contractors are encouraged to attend a Pre-proposal conference and site visit scheduled for April 13, 2022 AT 11:30AM. Details for registering for the conference will be available in the solicitation, Section 00 21 00 should be accomplished prior to the date of the conference in order to expedite clearance to the facility. The solicitation closing date is scheduled for 29 April 2022 at 4:00PM. All information, amendments, and questions concerning this solicitation will be electronically posted on the SAM website located at SAM.gov | Home.

Interested offerors must be registered in the System of Award Management (SAM) Database. To register for SAM go to SAM.gov | Entity Registrations. You will need your DUNS number to register. Instructions for registering are on the web page. The plans and specifications will be available only from SAM.gov | Home. No telephone requests will be accepted. For security reasons
all potential offerors, plan rooms and printing companies are required to register in the SAM website in order to view or download the plans or drawings from the web site. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries must be in writing, 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 heidi.l.sigl.civ@army.mil or scott.j.boespflug.civ@army.mil.

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 the SAM.gov page SAM.gov | Home for electronic downloading. This will 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 documentsposted on the referenced web pages. The Government will not issue paper copies.

Posted: April 15, 2022, 11:43 a.m. EDT
Posted: April 11, 2022, 3:21 p.m. EDT
Posted: March 31, 2022, 4:39 p.m. EDT
Posted: March 29, 2022, 1:28 p.m. EDT

Overview

Response Deadline
April 29, 2022, 5:00 p.m. EDT Past Due
Posted
March 29, 2022, 1:28 p.m. EDT (updated: April 26, 2022, 12:06 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Fargo, ND United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 3/29/22 North Dakota National Guard issued Solicitation W901UZ22R0001 for AMENDMENT 0002 ND CONSTRUCTION MATOC FY22 due 4/29/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1BZ.
Primary Contact
Name
Heidi Sigl   Profile
Phone
(701) 333-2226

Secondary Contact

Name
Scott Boespflug   Profile
Phone
(701) 333-2054

Documents

Posted documents for Solicitation W901UZ22R0001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation W901UZ22R0001

Award Notifications

Agency published notification of awards for Solicitation W901UZ22R0001

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W901UZ22R0001

Contract Awards

Prime contracts awarded through Solicitation W901UZ22R0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W901UZ22R0001

Similar Active Opportunities

Open contract opportunities similar to Solicitation W901UZ22R0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NT USPFO ACTIVITY ND ARNG
FPDS Organization Code
2100-W901UZ
Source Organization Code
100080058
Last Updated
May 14, 2022
Last Updated By
heidi.l.sigl.civ@army.mil
Archive Date
May 14, 2022