Search Contract Opportunities

Multiple-Award Task Order Contracts (MATOC) for Alt/Repair Construction Service   130

ID: 140F0521R0002 • Type: Presolicitation
Question & Answer 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
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

PRE-SOLICITATION NOTICE This notice does NOT constitute a request for proposal, request for quote, or an invitation for bid. Pre-Solicitation Notice for Solicitation number: 140F0521R0002 ORGANIZATION: U.S. Fish and Wildlife Service PRIMARY NAICS CODE: 236220 - Construction of Buildings - Size Standard - $39.5 million No Awards will be made from this announcement. Competition Requirements: Total Small Business Set-aside Procurement Method: Contracting by Negotiation Source Selection Process: Award(s) will be made to responsible general contractors whose proposal conforms to the solicitation requirements and could provide the best value to the Government, considering technical factors, past performance, and sample project schedules and prices. Type of Contract: Firm-Fixed Price, Multiple Award Task Order Contract (MATOC) The intent of this pre-solicitation is to notify potential offerors of a total Small Business set-aside, Firm-Fixed Price, Multiple Award Task Order Contract (MATOC). These MATOCs will be available to all Department of Interior (DOI) bureaus and Forest Service (FS) for use and will incorporate the needs of all bureau Great American Outdoors Act (GAOA) projects. These MATOCs will also be used for other Construction Alteration and Repair requirements by all Bureaus as needed (i.e., disaster recovery and planned deferred maintenance). The primary area of coverage will be the continental US and Hawaii in any state or US territory for Department of Interior U.S. Fish and Wildlife Service(FWS), National Park Service (NPS), Forest Service (FS), and Bureau of Land Management (BLM). Work will be performed on land owned, leased, or with use agreements located in any state or US territory. Project sites may occur on tribal or tribal reservation land and require employment rights compliance. Typical work under the contract will include, but will not be limited to: construction of facilities, interior and exterior facility renovations, demolition and installation, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, interior & exterior utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation and other related work. All work will be accomplished in accordance with individual task order requirements, master specifications, contractor developed construction drawings, and a detailed estimate developed using a contract specific cost estimating software and unit price databases. The Government intends to award multiple contracts resulting from this solicitation to the responsible offerors whose proposals represent the best value utilizing the - Tradeoff process - as described in FAR 15.101-1, taking into account the following factors: Criterion 1 - Experience/Technical Capability, Criterion 2 - Past Performance, Criterion 3 - Price, Criterion 4 - Sample Project Schedule. The term of the contract shall include a base period of 1 year with options for four (4) additional one (1) year periods. Total contract amount is estimated at $250 million over 5 years. The total of individual task orders placed against the contract will range from $500,000 to $2,000,000.00 with a few up to $20,000,000.00. The Request for Proposal (RFP) will be issued on or about May 10, 2021 with proposals due approximately June 10, 2021. All documents will be in Adobe Portable Document Format (PDF) and downloadable from the Beta.SAM website located at https://www.beta.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. There will be no paper copies of the solicitation distributed. All solicitation information will be obtained through the beta.SAM.gov website. No response to this notice is necessary. This notice does not obligate the Government to award contracts and it does not obligate the Government to pay and/or reimburse respondents and/or their associates for any costs incurred to submit any requested information and/or proposal. Any questions, Requests For Information (RFIs), etc., relating to the upcoming solicitation must be submitted in writing to the individuals designated in the solicitation. Telephone requests for packages, questions, RFIs, etc. WILL NOT be accepted. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government (in accordance with FAR 52.204-7). For additional information, go to https://www.sam.gov. Please direct any questions regarding this notice to: 140F0521R0002@fws.gov. Include the reference number (140F0521R0002) in the subject line

Overview

Response Deadline
May 19, 2021, 6:00 p.m. EDT (original: May 6, 2021, 1:00 p.m. EDT) Past Due
Posted
April 21, 2021, 6:33 p.m. EDT (updated: April 22, 2021, 8:29 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 4/21/21 Fish and Wildlife Service Region 8: Pacific Southwest issued Presolicitation 140F0521R0002 for Multiple-Award Task Order Contracts (MATOC) for Alt/Repair Construction Service due 5/19/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AA.
Primary Contact
Name
Justine Pasiecnik   Profile
Phone
None

Documents

Posted documents for Presolicitation 140F0521R0002

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 140F0521R0002

Award Notifications

Agency published notification of awards for Presolicitation 140F0521R0002

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation 140F0521R0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 140F0521R0002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 140F0521R0002

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > US FISH AND WILDLIFE SERVICE > FWS PACIFIC SOUTHWEST REGIONAL OFFI
FPDS Organization Code
1448-140F08
Source Organization Code
100166338
Last Updated
June 3, 2021
Last Updated By
fbms_acq@ios.doi.gov
Archive Date
June 3, 2021