Search Contract Opportunities

47PL0123R0035 - Western Multiple Award Task Order Contract MATOC Replacement - Solicitation   3

ID: 47PL0123R0035 • Type: Solicitation

Description

Posted: Nov. 28, 2023, 3:15 p.m. EST

***NOTICE***

PreAward Notification has been added to Attachments. Offerors are requested to review the document "PreAward Notice WMATOC.pdf" for further information.

***END OF NOTICE***

Proposal Due Date Remains Sep 21, 2023 02:00 pm PDT

Notes RE: Price Schedule of the Seed Project for the Western Multiple Award Task Order Contract MATOC.

*NOTE 1: The original CLIN 0005 - Furniture Disposal Work was removed by an amendment. As a result, the CLIN may remain blank. Enter a "0" for values on the Pricing Form.
*NOTE 2: Ensure to verify your calculations to ensure there are no numerical inconsistencies.

***AMENDMENT No. 0006 - Posted on August 23, 2023***

  1. The purpose of this Amendment is to Provide the following superseding documents:

A. 47PL0123Q0013 OIG Space Reduction Amend0004.pdf

B. Amend 0006_Attachment D_SOW OIG Space Reduction 2023 08 17.pdf

Amendments must be acknowledged on the Offeror's submitted SF1442.

All other terms and conditions remain the same

**End of AMENDMENT No.0006****

***AMENDMENT No. 0005 - Posted on August 9, 2023***

The purpose of this Amendment is to:

A. Extend the WMATOC proposal due date from August 15, 2023, to September 21, 2023. The due date for the Seed Project proposal is similarly extended. The due date for Requests for Information is therefore September 11, 2023; and

B. Set a new Site Visit Date and Time for the OIG Space Alteration (Seed Project) which will be held on September 7, 2023, at 10AM (Pacific). All other instructions contained in the Seed Project TO RFP should be reviewed by Offerors and remain the same; and

C. Provide Responses to Requests for Information in the supplemental document entitled Amend 0005 RFI and Responses.pdf; and

D. Provide Amendment#0003 to 47PL0123Q0013 OIG Space Reduction (seed project).

Amendments must be acknowledged on the Offeror's submitted SF1442.

All other terms and conditions remain the same.

***END OF AMENDMENT No. 0005 ***

***AMENDMENT No. 0004 - Posted on August 1, 2023***

The purpose of this Amendment is to provide the following supplemental document:

A. Amend0004_WMATOC RFI and Responses.pdf

Amendments must be acknowledged on the Offeror's submitted SF1442. All other terms and conditions remain the same.

-End of Amendment 0004-

***AMENDMENT No. 0003 - Posted on July 19, 2023****

The purpose of this Amendment is to: 1. Provide the following supplemental documents:

A. Amend 0003 RFI and Responses.pdf

B. Amend 0003_Attachment D_SOW OIG Space Reduction 2023 07 17.pdf

C. 47PL0123Q0013 OIG Space Reduction Amend0002.pdf

Amendments must be acknowledged on the Offeror's submitted SF1442.

All other terms and conditions remain the same.

-End of Amendment 0003-

***AMENDMENT No. 0002 - Posted on July 13, 2023***

The purpose of this Amendment is to: 1. Revise the Contract Opportunities Posting to "Solicitation" from "PreSolicitation," 2. Extend the proposal due date from August 3, 2023, to August 15, 2023 at 2PM Pacific; and 3. Provide the following supplemental documents: Seed Project Site Visit 2023 07 13.pdf, and Amend0002 RFI and Responses.pdf

**** AMENDMENT No. 0001 - Posted on July 12, 2023.***

Amendment No. 0001 provides the following documents:

Amend 0001_WMATOC Solicitation RFP.pdf

Amend 0001_Contractor RFI and Responses 2023 07 12.pdf

Attachment D_SOW OIG Space Reduction 2023 05 19.pdf

Attachment E_Seed Project Price and Services Schedule and Associated Worksheets

Attachment F_WD WA20230011 2023 02 03.pdf

Seed Project SF 1442.pdf

WMATOC SF 1442.pdf

***** End of Amendment*****

Description of Services

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)

Posted: Sept. 18, 2023, 5:19 p.m. EDT
Posted: Sept. 11, 2023, 12:23 p.m. EDT
Posted: Aug. 23, 2023, 12:57 p.m. EDT
Posted: Aug. 9, 2023, 5:39 p.m. EDT
Posted: Aug. 1, 2023, 11:51 a.m. EDT
Posted: July 19, 2023, 1:42 p.m. EDT
Posted: July 13, 2023, 5:03 p.m. EDT
Background
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: Non-complex construction efforts to be constructed based on Government furnished scope of work, Design-bid-build, using Government furnished design documents, 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 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.

Work Details
The purpose of this Amendment is to provide the following supplemental document: A. Amend0004_WMATOC RFI and Responses.pdf Amendments must be acknowledged on the Offeror’s submitted SF1442. All other terms and conditions remain the same.

1. Provide the following superseding documents: A. 47PL0123Q0013 OIG Space Reduction Amend0004.pdf B. Amend 0006_Attachment D_SOW OIG Space Reduction 2023 08 17.pdf Amendments must be acknowledged on the Offeror’s submitted SF1442. All other terms and conditions remain the same.

Period of Performance
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.

Place of Performance
The Contractor shall accomplish all work under this contract at GSA owned or leased real property in federally owned and leased facilities in the area of responsibility (AOR) covering a geographic range of Western Washington.

Overview

Response Deadline
Sept. 21, 2023, 5:00 p.m. EDT (original: Aug. 15, 2023, 5:00 p.m. EDT) Past Due
Posted
July 13, 2023, 5:03 p.m. EDT (updated: Nov. 28, 2023, 3:15 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
55% of obligations for similar contracts within the Public Buildings Service were awarded full & open.
On 7/13/23 PBS Region 10: Northwest Arctic Region issued Solicitation 47PL0123R0035 for 47PL0123R0035 - Western Multiple Award Task Order Contract MATOC Replacement - Solicitation due 9/21/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2AA.
Primary Contact
Name
Maribeth Bonner   Profile
Phone
None

Secondary Contact

Name
Savanah Cilk   Profile
Phone
None

Documents

Posted documents for Solicitation 47PL0123R0035

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 47PL0123R0035

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 47PL0123R0035

Incumbent or Similar Awards

Contracts Similar to Solicitation 47PL0123R0035

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 47PL0123R0035

Similar Active Opportunities

Open contract opportunities similar to Solicitation 47PL0123R0035

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R10
FPDS Organization Code
4740-LT000
Source Organization Code
100173643
Last Updated
Dec. 30, 2023
Last Updated By
maribeth.bonner@gsa.gov
Archive Date
Dec. 30, 2023