Search Contract Opportunities

Multiple Award Task Order Contract

Type: Sources Sought • ID: W50S8N-24-R-0001
HigherGov Subscribers Knew about This Opportunity Months Ago

Find opportunities months or years earlier with HigherGov Forecasts

Free Trial Schedule Demo

Description

This is a Sources Sought Notice ONLY. The New York Air National Guard intends to issue a Request for Proposal (RFP) to for Construction Indefinite Delivery- Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, & construction services at the following locations in New York State:

174th Attack Wing, Syracuse, NY 13211 & Ft. Drum, NY 13602

224th EADS, Rome, NY 13441

107th Attack Wing, Niagara Falls, NY 14304

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, surveys, studies, and other related work. All 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 $1M dollars.

The U.S. Government desires to procure these services on a Small Business Set-aside basis, provided 2 or more qualified small businesses respond to this Sources Sought synopsis with information sufficient to support a set-aside. No set-aside decision has been made. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories to identify their capabilities in meeting the requirement at a fair market price.

The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $45 million average annual revenue for the previous three years. The government anticipates award of a minimum of five individual MATOCs, providing sufficient qualified contractors present offers. All responsible firms may submit an offer. These anticipated contracts will not exceed five calendar years. 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 $45,000,000.00 to any one contractor.

This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. The U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. All prospective Contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.

This Sources Sought notice is being issued to solicit responses from those small business firms who have self-performed relevant work, have the capability to perform this type of work in-house, and would likely respond to the resultant solicitation. In response to this sources sought, please provide the following information:

a. Company Name, CAGE Code, DUNS Number, Address, and Point of Contact's name, current phone number (with area code) and complete email address.

b. Small business status (Small Business, HUBZone Small Business, Service Disabled Veteran-Owned Small Business (SDVOSB), 8(a) Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business)

c. Firm's bonding capabilities both for a single project and aggregate.

d. NAICS code(s) for which your company performs under Government contracts, if any. State primary NAICS code.

e. Number of in-house project management and quality control personnel as well as number and type of construction laborers.

f. If you are an 8(a) Small Business, please include your supporting office and attach a document from the SBA validating your status as an 8(a) Small Business.

For the requirements outlined below indicate: (1) whether or not your firm has successfully performed this work in the recent past; and (2) whether or not the work was performed in-house or sub-contracted. Detailed responses or lengthy narratives are not required or desired.

i. Replacement, installation, and repair of the following:

Civil work

Road Repair

Carpentry

Roofing

Excavation

Incidental interior/exterior electrical

Incidental steam fitting

Incidental HVAC

Incidental Plumbing

Sheet Metal

Painting

Fencing

Incidental asbestos and lead abatement

Demolition

Incidental environmental clean-up

Concrete masonry

Welding

The intent is to provide a means for the Government to solicit and award projects, mainly lower dollar general services, with as little lead time as possible. The successful contractor shall attend site visits with as little as 24-hours' notice and may be expected to respond to a request for proposal in less than seven (7) calendar days.

The work to be completed under a resulting contract would be comprised of approximately 85% construction and repair and 15% services over the duration of the contract.

Information provided to the Government, as a result of this notice, is strictly voluntary and provided at no cost to the Government. The Government is under no obligation to consider information received after the stated end date of this notice as part of the formal market research effort for this acquisition.

Interested offerors must also be registered in the SAM. To register go to sam.gov. You will need your CAGE code to register. Instructions for registering are on the web page (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed, and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate.

Background
The New York Air National Guard intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, and construction services at various locations in New York State. The U.S. Government desires to procure these services on a Small Business Set-aside basis, provided 2 or more qualified small businesses respond to this Sources Sought synopsis with information sufficient to support a set-aside.

Work Details
The construction tasks include interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, 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, and other related work. The majority of task orders under these contracts will be for sustainment, repair and maintenance (SRM) projects under $1M dollars. The work to be completed under a resulting contract would be comprised of approximately 85% construction and repair and 15% services over the duration of the contract.

Period of Performance
The anticipated contracts will not exceed five calendar years.

Place of Performance
The construction projects will be performed at the following locations in New York State: 174th Attack Wing in Syracuse (NY 13211), Ft. Drum (NY 13602), 224th EADS in Rome (NY 13441), and 107th Attack Wing in Niagara Falls (NY 14304).

Overview

Response Deadline
Dec. 5, 2023, 11:00 a.m. EST Due in 3 Days
Posted
Nov. 21, 2023, 8:43 a.m. EST
Set Aside
None
Place of Performance
Syracuse, NY 13211 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
37%
Vehicle Type
Indefinite Delivery Contract
On 11/21/23 Department of the Army issued Sources Sought W50S8N-24-R-0001 for Multiple Award Task Order Contract due 12/5/23. The opportunity was issued full & open with NAICS 236220 and PSC Y1AA.
Primary Contact
Name
Richard M. Peirson   Profile
Phone
(315) 233-2033

Secondary Contact

Name
Philip Rott   Profile
Phone
(716) 236-2493

Documents

Posted documents for Sources Sought W50S8N-24-R-0001

Incumbent or Similar Awards

Contracts Similar to Sources Sought W50S8N-24-R-0001

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W50S8N-24-R-0001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W50S8N-24-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NR USPFO ACTIVITY NYANG 174
FPDS Organization Code
2100-W50S8N
Source Organization Code
500044265
Last Updated
Nov. 21, 2023
Last Updated By
richard.peirson@us.af.mil
Archive Date
Dec. 20, 2023