Similar Projects
Mow Township Ditches
Term Contract
Design
Hiddenwood, ND 58779

Mechanical / Commercial Refrigeration / Plumbing / Chiller and A/C Time and Material Services
Term Contract
Sub-Bidding
Wahpeton, ND 58076

Electrical Time and Material - Wahpeton
Term Contract
Sub-Bidding
Wahpeton, ND 58075

Mowing Noxious or Other Weeds and Tall Grasses
Term Contract
Post-Bid
West Fargo, ND 58078

Pest Control
Term Contract
Post-Bid
Belcourt, ND

Flood Risk Management
Term Contract
Sub-Bidding
$2,440,683 CJ est. value
Fargo, ND 58102

NDSU Campus Pest Control Services
Term Contract
Post-Bid
ND

2023 Diesel Powered Landfill Crawler Loader
Term Contract
Sub-Bidding
Watford City, ND 58854

Window and Door Cleaning Services
Term Contract
Post-Bid
Bismarck, ND 58501

2023 Diesel Articulated Wheel Loader
Term Contract
Sub-Bidding
Watford City, ND 58854

Hauling, Laying, and Compacting Hot Bituminous Pavement
Infrastructure
Post-Bid
ND

Wastewater Treatment Chemicals
Term Contract
Sub-Bidding
Bismarck, ND 58501

Aerial Mosquito Control Services
Alteration
Post-Bid
Grand Forks, ND

2022 Rodent and Pest Extermination - English Coulee Diversion and Southend Drainway
Alteration
Post-Bid
Grand Forks, ND

Porta Potty Rentals
Term Contract
Post-Bid
Grand Forks Air Force Base, ND

Last Updated 11/01/2022 11:35 AM
Project Title

Construction Indefinite-Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) 22

Physical Address View project details and contacts
City, State (County) Fargo, ND 58102   (Cass County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected July 2022 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $20,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Jul 28, 2022 Contract Award Number: W901UZ22D0004 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: Contractor Awarded Name: T. F. POWERS CONSTRUCTION CO Contractor Awarded Address: Fargo, ND USA Base and All Options Value (Total Contract Value): $20000000.00 The USPFO for North Dakota intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for the maintenance, repair, and construction in support of the 119th Wing, Air National Guard, Fargo, North Dakota. Typical work includes, 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, limited environmental remediation, construction of new facilities, surveys, and studies. All work will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. Prospective contractors must be able to respond within 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office. The government anticipates award of a minimum of two (2) with a maximum of eight (8) individual MATOC contracts, providing sufficient qualified contractors present offers. All contracts will be awarded as a100% small business set-aside. The contracting officer may set-aside task orders for SBA Certified 8(a) participants; Small Business Service Disabled Veteran Owned Business Concerns, and Woman Owned Small Business Concerns providing two or more qualified contractors in each category present conforming offers and are awarded a MATOC. See FAR clause 52.219-14, Limitation on Subcontracting, Deviation 2021-O0008. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $39,500,000.00 average annual revenue for the previous three years. All responsible firms may submit an offer. These anticipated contracts will consist of a five year ordering period. 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 $20,000,000.00 to any one contractor. The selection process will be conducted in accordance with FAR Part 15.3 and DFAR 215.3 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Seed Project; Project Number: KKGA182013, Upgrade B210 for Corrosion Control & Fuel Cell/Wpn Release. Project provides for the furnishing of all plant, labor, material, equipment, appliances and supervision necessary of remodeling a 23,000 SF block and brick aircraft hangar into a corrosion control facility. The majority of the work will be interior to include new concrete masonry unit interior walls that are painted, lay in acoustic ceilings or open exposed structure ceilings. An additional electrical service, a backup generator and new sanitary sewer line will be included. Surface preparation, painting and ventilation equipment will be provided by the contract in accordance with the task order requirements. This project is for a Firm Fixed Task Order against a resulting MATOC IDIQ Contract. Prospective offerors must submit a written past performance proposal, technical proposal, and a price proposal for the Seed Project to be considered for award. The Seed Project will be used to evaluate the price proposal and portions of the technical proposal. In addition, the Seed Project may be awarded if funds are available. In accordance with FAR 6.302-1(c) the following brand name requirements will be included for the Seed Project; 1. Air Handling Equipment -Trane 2. Direct Digital Control System - Trane The following option CLIN's will be included with the Seed Project; 1. Highbay Light Replacement 2. Polished Concrete Floors 3. Hangar Wall & Ceiling Painting 4. Generator & Enclosure Interested contractors are encouraged to attend a Pre-proposal conference and site visit scheduled for April 13, 2022 AT 11:30AM. Details for registering for the conference will be available in the solicitation, Section 00 21 00 should be accomplished prior to the date of the conference in order to expedite clearance to the facility. The solicitation closing date is scheduled for 29 April 2022 at 4:00PM. All information, amendments, and questions concerning this solicitation will be electronically posted on the SAM website located at SAM.gov | Home. Interested offerors must be registered in the System of Award Management (SAM) Database. To register for SAM go to SAM.gov | Entity Registrations. You will need your DUNS number to register. Instructions for registering are on the web page. The plans and specifications will be available only from SAM.gov | Home. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing companies are required to register in the SAM website in order to view or download the plans or drawings from the web site. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries must be in writing, 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 heidi.l.sigl.civ@army.mil or scott.j.boespflug.civ@army.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 the SAM.gov page SAM.gov | Home for electronic downloading. This will 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 documentsposted on the referenced web pages. The Government will not issue paper copies. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

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