Z--Sierra/Mojave Multiple Award Task Order Contract (MATOC)

expired opportunity(Expired)
From: Federal Government(Federal)
140P8523R0003

Basic Details

started - 19 Jan, 2023 (15 months ago)

Start Date

19 Jan, 2023 (15 months ago)
due - 03 Feb, 2023 (14 months ago)

Due Date

03 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
140P8523R0003

Identifier

140P8523R0003
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64239)NATIONAL PARK SERVICE (17843)PWR SF/SEA MABO(85000) (431)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS OR INVITATION FOR BID. THERE IS NOT A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.The National Park Service (NPS) is seeking qualified small business firms capable of performing construction services for an Indefinite Delivery/Indefinite Quantity (IDIQ) multiple award task order contract for facilities located within the NPS Pacific West Region (PWR). These services will be provided to the following NPS units within the PWR: Yosemite National Park, Devils Postpile National Monument, Sequoia National Park, Kings Canyon National Park, Death Valley National Park, Manzanar National Historic Site, Joshua Tree National Park, Mojave National Preserve, Castle Mountains National Monument, Tule Springs Fossil Beds National Monument, and Lake Mead National Recreation Area. The contracts resulting from the solicitation will require that contractors manage multiple concurrent task orders across the
aforementioned parks. PWR will refer to this procurement as the "Sierra/Mojave Multiple Award Task Order Contract (MATOC)".The Sierra/Mojave MATOC will encompass a wide range of projects to include but are not limited to: new construction, repair or rehabilitation of historic and non-historic structures, site utilities work (gas, electric, communications), site improvements (trail, fence, grading, concrete work, landscaping), water & wastewater, roadway (bike, roadway, signage, striping), fire & safety systems, building exterior, building interior, HVAC, electrical, plumbing (MEP), and sustainability (energy efficiency, renewables). The project examples include renovations of historic and non-historic maintenance shops, visitor center and fee stations, upgrades to electrical, water and sewer systems and facilities, rehabilitation of fire suppression systems and safety systems, parking lot and road paving, HVAC rehabilitation, re-roofing, water, sewer and gas tank construction. The selected contractors will be responsible for all labor, supervision, engineering, permitting, materials, equipment, tools, parts, supplies, and transportation to perform the services described in the specifications and drawings for each individual project.NPS anticipates a target of five (5) IDIQ contracts will be awarded as a result of the potential solicitation. However, NPS reserves the right to award less or more than these stated amounts as it deems necessary. The total contract ordering period shall not exceed five (5) calendar years. The total amount of individual task orders placed against all contracts combined shall not exceed $45,000,000.00 for the five-year life of the contracts. Task Orders may range from $2,000.00 to $5,000,000.00, however larger value projects may be considered.The North American Industry Classification System (NAICS) code for this requirement is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $39,500,000.If you are interested, please submit your response electronically via email to eric_jordan@nps.gov by the response date of February 02, 2023, at 5:00pm PST. If you chose to submit a package, clearly identify the notice number 140P8523R0003 in the title of the email and on all documents. It is requested that interested small businesses submit a response that demonstrates the ability to perform the services described.All responses should include:(1) The attached Contractor Information Form.(2) Capabilities statement for your company. The capabilities submitted should demonstrate same or similar experience. Special attention should be brought to any experience with similar held federal government construction IDIQs.(3) Information on past projects. All past projects must have been completed within the last 5 years from the response date of this notice. Projects should demonstrate experience that encompasses a variety of construction services in the cost range described above. A maximum of 10 detailed project descriptions may be submitted. A list of other projects completed within the 5-year time span may also be submitted. Project information should contain a project description, contract number, dollar amount, time frame, duration, location, customer point of contact information including email and telephone, and any other pertinent information.(4) NPS anticipates that this procurement will include consolidation of numerous requirements into one procurement consistent with FAR 7.107. The work involved in each task order that will be issued under this MATOC could be issued under a stand-alone acquisition or combined to a lesser degree. Please comment on the extent that consolidation of these requirements into one large procurement impacts your firm¿s ability to compete. Are there elements of this work which you firm cannot perform because they have been consolidated? For example, are there geographical areas where your firm cannot perform work or are there types of work that your firm cannot perform? Please comment if there are any ways that NPS could divide this work into multiple procurements that would allow your firm to be more competitive. If the consolidation of these requirements will have no impact on your firm¿s ability to compete, please state so. A space for comments has been provided on the Contractor Information Form.(5) Under FAR 52.219-14, Limitations on Subcontracting, the employees of each small business must perform at least 15% of the work as measured by the dollar value of their task order contract. The 15% shall not include the costs for materials. Responses must include a description as to how your small business would meet this FAR requirement.Response to this announcement is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this Sources Sought Announcement or any follow-up information requests. Analysis of the quantity and quality of responses to this sources sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement.The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a competitive set-aside or full and open competition (the size of a small business firm includes all parents, subsidiaries, affiliates, etc.-see 13 CFR 121.108.) Misrepresentation of size status can result in penalties. Please refer to the current SBA rules regarding HUBZone firms, effective October 1, 2011.The information provided in this notice is subject to change and in no way binds NPS to solicit for or award a contract. NPS will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance.

333 BUSH STREET SUITE 500  SAN FRANCISCO , CA 94104  USALocation

Place Of Performance : 333 BUSH STREET SUITE 500 SAN FRANCISCO , CA 94104 USA

Country : United StatesState : California

You may also like

LAKEWOOD MABO CONSTRUCTION MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) - E-CORP

Due: 17 Sep, 2028 (in about 4 years)Agency: NATIONAL PARK SERVICE

CLIN 00001 - ACPC FUNDS MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) MINIMUM GUARANTEE IDIQ

Due: 11 Dec, 2028 (in about 4 years)Agency: FEDERAL HIGHWAY ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z1AAMAINTENANCE OF OFFICE BUILDINGS