Similar Projects
Wi-Fi Upgrade
Term Contract
Design
Tacoma, WA 98405

Drainage Materials and Miscellaneous Items
Term Contract
Sub-Bidding
Tacoma, WA 98405

Manhole Rings and Covers
Term Contract
Sub-Bidding
Tacoma, WA 98405

RFQ D/B - NAVFAC Northwest Multiple Award Construction Contract
Term Contract
Post-Bid
$100,000,000 CJ est. value
Seattle, WA 98164

Sodium Hypochlorite for Wastewater Treatment
New Construction, Term Contract
Post-Bid
$930,000 est. value

ADA Improvement Program - 2022
Term Contract
Results
$200,000 to $400,000 est. value
Tacoma, WA

Portable Toilet Rental and Service and Waste Pumping Services
Alteration
Results
WA

Marine Waste Oil and Bilge Water Pumping and Disposal Services
Term Contract
Sub-Bidding
Tacoma, WA 98402

Pierce County Tourism Destination Plan
Term Contract
Post-Bid
WA

Dacca Barn - Exterior Painting & Signage Upgrade Project
Term Contract
Results
Fife, WA 98424

Hot Mix Asphalt, Cold Mix Asphalt, and Liquid Asphalt
Term Contract
Post-Bid
Tacoma, WA 98405

No. 9 Turnout and No. 9 Crossover
Term Contract
Post-Bid
$130,000 CJ est. value
Tacoma, WA 98424

Husky Terminal Pavement Repairs 2022
Term Contract
Post-Bid
$530,000 CJ est. value
Tacoma, WA 98421

Non Electrical Hardware
Term Contract
Post-Bid
Tacoma, WA 98405

Purchase of Operating Supply (Stock)
Term Contract
Post-Bid
Tacoma, WA 98409

Last Updated 07/13/2023 06:09 AM
Project Title

Western Multiple Award Task Order Contract MATOC Replacement

Physical Address View project details and contacts
City, State (County) Tacoma, WA 98405   (Pierce County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The GSA Northwest/Arctic Region (R10) has a recurring requirement for construction services. In order to support these projects R10 will award (1) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction projects in federally owned and leased facilities in the area of responsibility (AOR) covering a geographic range from north of Vancouver, WA; along the I-5 corridor up to the US-Canadian border; and East to the Cascade Mountain range. This IDIQ supports the following project delivery methods: 1) Non-complex construction efforts to be constructed based on Government furnished scope of work, 2) Design-bid-build, using Government furnished design documents, 3) Design-Build, based on the Government furnishing a statement of objectives to be used as the basis of design and which the selected contractor designs and constructs the effort, and 4) Bridging Design-Build using Government furnished design documents developed to no more than 30% design documents. The construction scope Work includes, but is not limited to, tenant improvement, minor repair and alteration of building envelope, conveyance systems, roofing, mechanical and electrical systems, plumbing, and exterior improvements. Construction projects will be completed in a safe, efficient, cost effective manner that is based upon prudent use of taxpayer funds. Contractor firms awarded a Task Order Contract shall deliver the completed construction project, for its intended purpose and within the established project delivery schedule. Prime contractors are responsible for project management, site superintendence, labor, subcontractor management, quality control of installation and end use functionality for all work awarded. GSA anticipates awarding 6 separate contracts as a result of the solicitation. Total contract length, and ordering period, will be for five (5) years. Awarded contractors are expected to compete by participation in task order solicitations. Task Order solicitations will be issued by GSA offices assigned to the Acquisition Division within Region 10. Contract Value The Contract Maximum Value (CMV) for this contract vehicle is $75,000,000.00. Meaning the cumulative total for all task orders awarded to all contractors over the life of the contract (5 Years) shall not exceed $75 Million. The anticipated ordering limits are between $25,000.00 and $5,000,000.00. The typical task order is expected to be between $250,000.00 and $750,000.00. Task Order solicitations will adhere to the competitive procedures outlined in FAR 16.5. Access to Controlled Unclassified Information (CUI): Please see Exhibit 00 Read Me First - CUI Document for instructions to obtain access to Seed Project attachments that contain CUI. Provide signed acknowledgement and the GACA email address and created for your firm to maribeth.bonner@gsa.gov, Cc: savanah.cilk@gsa.gov. Once document is received and access granted, the documents can be accessed at: https://drive.google.com/drive/folders/0ALjtSkoj-hGmUk9PVA NAICS Code and Small Business Standard The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $45 million. Pre-Proposal Conference for Prime Contractors A pre-proposal site walk for the Seed Project will be held onsite on Thursday, July 13, 2023. See attached files for solicitation details. (END OF NOTIFICATION)

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents