This procurement is a Small Business Set Aside. The Bureau of Land Management (BLM), Oregon State Office intends to issue a Request For Proposal for a firm fixed price Multiple-Award Task Order Contract (MATOC) for a broad range of vertical repair and construction services to BLM infrastructure located primarily in the state of Oregon, Washington, and Idaho. Services will include, but not limited to, new building construction, building demolition, building renovations, retrofits, maintenance and repairs, site work, structural repairs and modifications, recreation site renovations, landscaping, and new or renovation services for the following: building systems (HVAC, mechanical, electrical, lighting, plumbing, and telecommunications), renewable energy systems (geothermal, solar, etc.), radio communication facilities, irrigation systems, building and site security systems, building fire suppression systems, rainwater harvesting systems, recycled water systems, drainage systems, septic
and waste water treatment/handling systems. Work is varied but of relatively small scale, and is commonly performed in remote rural environments which can be considerable distances from typical supply sources. The anticipated magnitude of the construction projects contemplated under the contract is greater than $10,000,000 USD. The performance period includes a Base and 4 Option Periods. The minimum guarantee quantity for the IDIQ, including options, is $50,000.00. The NAICS code is 236220 and the small business size standard is $36.5 million. One or more of the items under this acquisition is subject to World Trade Organization Government Procurement Agreement and Free Trade Agreements. The basis of award will utilize the best value continuum – tradeoff process in accordance with FAR subpart 15.101-1 to result in an award to the responsible offeror pursuant to FAR subpart 9.1. Multiple awards of up to three (3) contracts may be made. The technical/non-price evaluation factors are relevant experience, technical approach, specialty trades capability, and past performance where technical/non-price evaluation factors, when combined, are significantly more important than price. Options will be evaluated in accordance with provision 52.217-5. The solicitation is anticipated to be issued on or about May 3, 2019. All responsible sources may submit a proposal which shall be considered by the agency.