Similar Projects
Dewatering Polymer (EPAM Polymer)
Term Contract
Sub-Bidding
Duluth, MN 55802

Bulk Ferric Chloride
Term Contract
Sub-Bidding
Duluth, MN 55806

DNR3 RFB North Shore Portable Restroom Service
Term Contract
Post-Bid

Concrete; Paving, Slabs and Repair
Infrastructure
Post-Bid
$50,000 to $150,000 est. value

Furnish and Install In-Floor Brake Testers at MSP
Term Contract
Results

Grand Rapids Area Portable Restrooms
Term Contract
Results
Grand Rapids, MN

Aggregate Crushing
Term Contract
Sub-Bidding
Duluth, MN 55802

Truck Body Components and Custom Bodies
Term Contract
Post-Bid

Aggregate Crushing - 2023 North Crushing
Term Contract
Sub-Bidding
Duluth, MN 55802

Perch Lake Habitat Restoration
Infrastructure
Post-Bid
Duluth, MN

House Cleaning Services for University of Minnesota
Term Contract
Sub-Bidding
Duluth, MN 55812

Tower Hunter Walk In Trail Maintenance
Term Contract
Post-Bid
Tower, MN 55790

Mowing Township Roads Ditches
Term Contract
Post-Bid
Duluth, MN 55802

Snow Plowing Services
Term Contract
Post-Bid
Duluth, MN 55802

FY23 Snow Plowing Services
Term Contract
Post-Bid
Duluth, MN 55802

Last Updated 02/14/2023 11:58 PM
Project Title

MN MATOC FY22

Physical Address View project details and contacts
City, State (County) Duluth, MN 55802   (Saint Louis County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $49,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Feb 10, 2023 Contract Award Number: W912LM23D1002 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: NLGJDBPXKN84 Contractor Awarded Name: HAMLINE CONSTRUCTION, INC. Contractor Awarded Address: Saint Paul, MN 55113-2617 USA Base and All Options Value (Total Contract Value): $49,000,000.00 The following contractors were awarded the contract to Title: Minnesota Multiple Award Task Order Contract (MATOC) in response to the subject request for proposal (RFP) W912LM22R1000 Contractor Contract Number W912LM-23-D-1000 Company Name: AVM Construction Company Address: 132 Hardman Court City and State: S. St. Paul, MN Phone No.: (651) 393-5519 UEID: CZKDL1LF4BK9 Contractor Contract Number W912LM-23-D-1001 Company Name: Cheroenhaka Nottoway Enterprises Company Address: 27345 Aquia Path City and State: Courtland, VA Phone No.: (703) 996-9101 UEID: HPHVSDPH1K93 Contractor Contract Number W912LM-23-D-1002 Company Name: Hamline Construction Company Address: 1901 Oakcrest Ave W. Suite 10 City and State: Roseville, MN Phone No.: (651) 646-2935 UEID: NLGJDBPXKN84 Contractor Contract Number W912LM-23-D-1003 Company Name: Kreofsky Building Systems Company Address: 865 Enterprise Dr. SW City and State: Plainview, MN Phone No.: (507) 534-3855 UEID: CMKCRHPUQRS9 Contractor Contract Number W912LM-23-D-1004 Company Name: Loeffler Construction Company Address: 9202 202nd St W Suite 100 City and State: Lakeville, MN Phone No.: (952) 955-9119 UEID: GCAJHD2D7518 Contractor Contract Number W912LM-23-D-1005 Company Name: Max Gray Construction Company Address 2501 5th Ave W. City and State Hibbing, MN Phone No.: (218) 262-6622 DUNS: 009780875 Contractor Contract Number W912LM-23-D-1006 Company Name: Preferred Electric Company Address: 2825 N. 2nd St. City and State Minneapolis, MN Phone No.: (763) 432-3661 UEID: DFGXFLY7UM41 Contractor Contract Number W912LM-23-D-1007 Company Name: Versacon Inc. Company Address: 9443 Science Center Dr. City and State Minneapolis, MN Phone No.: (763) 432-3661 UEID: Z4W9XSFLRJL1 Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Aw ard Task Order Contract (MATOC) for maintenance, repair, and construction activities in support of the National Guard throughout the State of Minnesota. These w ill be multi-disciplined contracts consisting of a five (5) calendar year ordering period. The total of individual task orders placed against this contract shall not exceed $49M. This action is solicited as a total small business set-aside. NAICS Codes: 236220; $39.5M is the small business size standard. The Government's intent is to aw ard an IDIQ contract to all qualifying offerors. At the task order level, the Contracting Officer may set-aside an individual task order for other socio-economic programs. NOTE: A bid bond is not required for this solicitation, but a bid bond w ill be required for all future task orders that are estimated at $150,000 or greater. Individual task orders estimated in excess of $150,000 w ill include FAR provision 52.228-1 Bid Guarantee. Funds are not presently available for this acquisition. No contract aw ard w ill be made until appropriated funds are made available. MATOC FY22 FFP Construction FFP - Contractor shall provide all plant, labor, equipment, appliances, materials, expertise and supervision necessary for various maintenance, repair, and construction Task Order contracts for the Minnesota Air National Guard. Maximum Contract Value for Base Period and all Option Years is $49,000,000.00. Max quantity shown for administrative purposes only. INTRODUCTION 1.1. SCOPE: You are invited to submit a proposal in response to our Request for Proposal (RFP) entitled, "Minnesota Construction MATOC Solicitation" for construction services for National Guard locations throughout the State of Minnesota. As a result of this solicitation, the Government will award an Indefinite-Delivery/IndefiniteQuantity (IDIQ) contract to all qualified offerors. This solicitation is set-aside 100% for small business concerns. The Contracting Officer may set-aside task orders for SBA Certified 8(a) participants; Certified Historically-Underutilized Business Zones (HUBZones), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), or Women-Owned Small Businesses (WOSBs) provided two (2) or more qualified contractors in each category present qualifying offers and are awarded an IDIQ. 1.1.1. Awards will be made to all qualifying offerors in accordance with Federal Acquisition Regulation (FAR) 15.304(c)(1)(ii)(A). 1.1.2. Projects will be bid-build type from already completed designs, and/or projects specified by a Statement of Work using the Master Specification. It should be noted that the majority of work under these contracts will be for sustainment, repair and maintenance (SRM) at or under the $5M dollar level. 1.1.3. The Government reserves the right to issue additional solicitations and award additional contracts within the activities covered by this contract. In this event, new MATOC contractors, in accordance with the terms of their contracts, may compete for Task Orders with the Contractors selected under this solicitation. This is not a solicitation for a Requirements Contract. 1.2. PROJECT CATEGORIES: Work performed under these multi-discipline contracts will generally be of, but are not limited to, the following general project categories: 1.2.1. Construction, repair, and alteration of various facilities (to include renovations) 1.2.2. Construction, repair, and alteration of Mechanical Systems (e.g. HVAC systems, and controls) 1.2.3. Roof Installation and Repair 1.2.4. Construction, repair, and alteration of Fire Suppression systems 1.2.5. Construction, repair, and alteration of Electrical Systems (ES) 1.2.6. Concrete and/or Asphalt Paving 1.3. CONTRACT DURATION, LIMITS AND AMOUNTS: Each of the resulting contracts will have a five-year ordering period. The contract program ceiling amount will not exceed $49 million for all task orders awarded over the life of the MATOC program amongst all contracts awarded. The Minimum and Maximum values for a single Task Order are $2,000 and $5 million, respectively. The minimum guaranteed order for each contract is one (1) task order valued at $2,000. After the award of the IDIQ contract, a task order for $2,000 will be issued within 10 calendar days. This task order will be de-obligated and closed out when a future task order is awarded in excess the $2,000 minimum guarantee. See Division 01, SPECIAL CONTRACT REQUIREMENTS, for details. 1.4. TASK ORDERS 1.4.1. As requirements develop, Task Orders will be competed among the MATOC awardees, or negotiated on a sole source basis as described in Division 01, SPECIAL CONTRACT REQUIREMENTS. These Special Contract Requirements describe the Task Order process in detail. Offerors are highly encouraged to read the Special Contract Requirements before submitting a proposal. POP 03-OCT-2022 TO 02-OCT-2027 The Contracting Officer reserves the right to address questions received after the fifth (5th) day prior to solicitation closing with those offers deemed responsive and/or in the competitive range after closing. All questions and requests for information (RFI) must be received NOT LATER THAN the fifth (5th) working day prior to closing and will be posted not later than two (2) working days prior to closing. OFFERORS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY IN THIS PROCESS. *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