Similar Projects
RFQ Contractor - NRM Roof Project
Renovation
Conception
$500,000 est. value
Clarkston, WA

Triennial Electrical Distribution Testing and Maintenance
Term Contract
Design
Spokane, WA 99205

Hydronics System Flushing
Renovation
Design
$150,000 CJ est. value
Walla Walla, WA 99362

RFQ Contractor - Operations and Maintenance Services at Jackson Federal Building and Federal Office Building
Term Contract
Bidding
Seattle, WA 98164

RFQ Contractor - Replacement of the Tactical Communications (TACCOM) Tower and Existing Shelter in Republic
Renovation, Infrastructure - 120 SF
Bidding
$575,000 CJ est. value
Republic, WA 99166

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

NAVFAC D/B Provide & Install New HVAC & Chiller Systems, Bldg. 7450
Build-out, Renovation
Post-Bid
$5,000,000 CJ est. value
Silverdale, WA 98383

Building 09705 Maintenance Shop Repairs
Renovation
Results
$60,000 to $66,600 est. value
Camp Murray, WA

Walla Walla District HQ Building Fire Barrier Upgrades
Renovation
Results
$417,000 CJ est. value
Walla Walla, WA 99362

LGA ProWatch Juvenile Fish Facility
Renovation
Design
$500,000 CJ est. value
Dayton, WA 99328

MCON P2002 Manchester Tank Farm Improvements, Manchester Fuel Depot, Fleet Logistics Center Puget Sound, Manchester
New Construction, Infrastructure
Bidding
$100,000,000 CJ est. value
Port Orchard, WA 98366

Replace Transfer Switches Buildings 11596 and 12430
Renovation
Post-Bid
$25,000 to $100,000 est. value
WA

Camp Murray Building 3 Remodel
Build-out
Results
$515,700 CJ est. value
Camp Murray, WA 98430

Hazardous Waste Disposal
Term Contract
Design
Keyport, WA 98345

USACE D/B Construct Running & Walking Path MAMC, JBLM
Infrastructure
Bidding
$5,000,000 CJ est. value
Joint Base Lewis McChord, WA 98433

Last Updated 09/27/2023 02:12 PM
Project Title

RFQ - Region 10 South Multiple Award Task Order Contract (MATOC) Replacement

Physical Address View project details and contacts
City, State (County) Vancouver, WA 98660   (Clark County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected December 2023
Bids Due View project details and contacts
Estimated Value $75,000,000 [brand] Estimate
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. 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 which begins in the city of Vancouver, WA, extending south to the Oregon - California border, west to the Pacific Ocean, and east to Baker City, OR. 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 4) bridging design/build, using Government furnished design documents developed to no more than 30% design documents. The construction scope of 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 up to 6 separate contracts as a result of the solicitation. Total contract length 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. Task orders will be issued as Firm Fixed Price (FFP). Offerors awarded a contract are expected to participate in all Task Order Request for Proposals (TORFP's) issued unless capacity would prevent successful project completion. The aggregate contract ceiling for this IDIQ is $75 million dollars. The Government makes no representation as to the number of Task Orders or actual amount of work to be ordered, however, $2,500 is established as the minimum guarantee for the placement of the contract. Contractors participating in all TORFP's, but which have not been awarded a TO in the first calendar year will be eligible to receive the funding for the minimum guarantee beginning in calendar year two (2). The "Order of Magnitude" for task orders is anticipated to range from $50,000 to the GSA current capital reinvestment threshold ("prospectus"), presently $3.613 million. Task Orders may not exceed $5 million per single contract. The average Task Order is expected to have an Order of Magnitude of $250,000 - $750,000 with an estimated volume of 30 Task Orders per calendar year. Task Order solicitations will adhere to the competitive procedures outlined in FAR 16.5. This contract is subject to affirmative procurement policy which supports and enforces sustainable practices for design and construction in accordance with FAR Part 23. The applicable North American Industry Classification System (NAICS) Code for this project is 236220 Commercial and Institutional Building Construction; the small business size standard for this NAICS Code is $45 million U.S. dollars. This acquisition is 100% set-aside for Small Business concerns. Contractors are required to have a unique entity identifier (UEI) number and an active registration in SAM (www.sam.gov) to conduct business with the Federal Government. SAM registration must reflect the entity as a Small Business for this solicitation's NAICS code at time of receipt of proposal. Offers submitted in response to this solicitation will be evaluated using the Best Value / Tradeoff Source Selection Process in accordance with FAR 15.101-1. An evaluation criteria anticipated to be included in this solicitation is included in this notice. Basis of award is expected to be a best value / tradeoff selection process considering both price and non-price factors. PoP: 12/15/2023 - 12/14/2028 QUESTIONS: The final submission date for questions to be accepted is October 5, 2023. Questions must be submitted via email to colleen.butler@gsa.gov and michael.neer@gsa.gov.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

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