Similar Projects
Last Updated | 02/23/2023 08:02 PM |
Project Title | Washington National Guard - Multiple Award Task Order Contract (MATOC) |
Physical Address | View project details and contacts |
City, State (County) | Fairchild Air Force Base, WA 99011 (Spokane County) |
Category(s) | Single Trades |
Sub-Category(s) | Service/Term Contracts |
Contracting Method | Competitive Bids |
Project Status | Sub-Bidding, Request for Qualifications, Construction start expected June 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 | *PLANS AND SPECS FOR PROTOTYPICAL PROJECT WILL BE AVAILABLE UPON REQUEST! *The small business size standard for NAICS 236220 has been updated to $45,000,000 as of 1 Jan 2023. The USPFO-WA requires an Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for Construction, maintenance, and repair for the Washington National Guard, 141st Air Refueling Wing (Fairchild AFB - Spokane), 194th Wing (Camp Murray - Tacoma), USPFO-Purchasing and Contracting Office (Camp Murray - Tacoma) and the Western Air Defense Sector (WADS) (Joint Base Lewis-McChord - Tacoma) locations. Typical work will include, but is not 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, environmental remediation related to primary construction, construction of new facilities, surveys, studies, and other related work. All project specifications and drawings will be provided with request for proposal (RFP) on a task order basis. The North American Industry Classification System (NAICS) code for this work is 236220 Commercial and Institutional Building Construction. The small business size standard is $45,000,000 average annual revenue for the previous three years. This requirement will be set-aside for small business to include all small disadvantaged categories. The Government anticipates award of up to 15 individual contracts that will support either Fairchild AFB or Camp Murray/WADS, or both locations, based on evaluation of offers and contractor chosen locations of work. This MATOC will be awarded as multiple IDIQs with a period of performance of five years with a shared ceiling (capacity) of $25,000,000. This contract will be used in support of Sustainment, Restoration, and Maintenance (SRM); Minor Construction; and Military Construction (MILCON) under $5,000,000 per task order. Firm-Fixed price task orders will be awarded on a competitive basis as requirements are fully developed and funded. Successful performance of the contract will be determined by delivery and acceptance of project requirements in accordance with details and specifications outlined in the statement of work/objectives (SOW/SOO) for each project. The Governments intent is to award up to 15 contractors that are responsible and that submit proposals that are acceptable and reasonable. These will be multi-disciplined contracts consisting of a five calendar year ordering period. Persons intending on offering a proposal should attend the pre-proposal conference. See section 00100 for location and date. This solicitation and all associated information, notices and amendments will be posted at SAM.gov. A bid bond will not be required for MATOC award, however will be required for all future task orders that are estimated at $150,000 or more. See FAR provision 52.228-1 for details. *PLANS AND SPECS FOR PROTOTYPICAL PROJECT WILL BE AVAILABLE UPON REQUEST! |
||||||
Details |
|
||||||
Bidder's List | View project details and contacts | ||||||
Prospective Bidders | View project details and contacts | ||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |