MN Multiple Award Task Order Contract

expired opportunity(Expired)
From: Federal Government(Federal)
W912LM-20-R-1000

Basic Details

started - 10 Feb, 2021 (about 3 years ago)

Start Date

10 Feb, 2021 (about 3 years ago)
due - 26 Feb, 2021 (about 3 years ago)

Due Date

26 Feb, 2021 (about 3 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W912LM-20-R-1000

Identifier

W912LM-20-R-1000
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710259)DEPT OF THE ARMY (133292)NGB (17535)W7NG USPFO ACTIVITY MN ARNG (366)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

Document Type: Pre-solicitation NoticeSolicitation Number: W912LM-20-R-1000Classification Code Y – Construction of Structures and facilitiesSet Aside: Small BusinessNAICS Code: 236220- Commercial and Institutional Building ConstructionThe USPFO for Minnesota intends to issue a Request for Proposal (RFP) to for Construction IndefiniteDelivery- Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services at the 148th ANG Base, Duluth, MN and 133rd ANG Base, St. Paul, MN. 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,
design-build 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 dollar.The North American Industry Classification System (NAICS) code for this work is 236220 and 237990.The small business size standard is $39.5 million average annual revenue for the previous three years.This is a total small business set-aside. The government anticipates award of a minimum of seven individual MATOCs, providing sufficient qualified contractors present offers. All responsible firms may submit an offer. These anticipated contracts will consist of a Base Award Period of two calendar years, and 3 one-year option periods. Total contract period, to include options, shall 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 $10,000,000.00 to any one contractor.The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a seed 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. The seed project will be used to evaluate the price proposal and portions of the technical proposal and will not be awarded. It is anticipated that the solicitation will be available on or about 1 Mar 2021.A Pre-proposal conference and site visit is scheduled for on or about 17 Mar 2021. 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 31 Mar 2021. Actual dates and times will be identified in the solicitation. The solicitation, all information, amendments and questions concerning this solicitation will be posted to the beta.sam website (https://Beta.Sam.gov), formerly FedBizOps (fbo.gov). Beta.sam is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. To register go to beta.sam.gov and access the Contractor Quick Start Guide. Contractors and subcontractors interested in this project must register at this site. The plans and specifications will also be distributed using the beta.sam website.Interested offerors must also be registered in the System for Award Management (SAM). To register go to www.sam.gov. You will need your DUNS number 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.This pre-solicitation is not an invitation for bids and there will not be a formal public bid opening. All inquiries must be in writing, preferable 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 drue.l.glaze.mil@mail.mil and jonathan.d.larson2.mil@mail.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 beta.sam.gov for electronic downloading. This will normally 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 documents posted on the referenced web pages. The Government will issue no paper copies.

Camp Ripley 15000 Highway 115  Little Falls,    Minnesota United StatesLocation

Place Of Performance : Camp Ripley 15000 Highway 115 Little Falls, Minnesota United States

Country : United StatesState : Minnesota

You may also like

Please Sign In to see more like these.

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

Classification

Classification CodeCode ZMaintenance, repair, and alteration of real property
Naisc CodeCode 236Construction of Buildings
Naisc CodeCode 236220Commercial and Institutional Building Construction
pscCode Y1AACONSTRUCTION OF OFFICE BUILDINGS