Search Contract Opportunities

Eastern Multiple Award Task Order Contract (MATOC) Replacement   4

ID: 47PL0122R0035 • Type: Solicitation

Description

Posted: Aug. 2, 2022, 5:20 p.m. EDT

Amendment 0007: Amend 0007 SF30 47PL0122R0035.pdf

Provide the following documents in response to Contractor RFI's:

Amend 0007 Contractor RFI's and Responses 6.pdf

Amend 0007 Attachment F Seed Project Price and Services Schedule Rev2.xlxs

NO OTHER AMENDMENTS WILL BE ISSUED. PROPOSALS REMAIN DUE 8/3/2022 1:00PM PST.

Updating attachment: Amend 0006 Attachment F Seed Project Price and Services Schedule Rev1.xlxs

Note regarding period or performance on "Evaluated Price Info Sheet" corrected for appropriate duration. (100-160).

Amendment 0006: Amend 0006 SF30 47PL0122R0035.pdf

Provide the following documents in response to Contractor RFI's:

Amend 0006 Contractor RFI's and Responses 5.pdf

Amend 0006 Attachment F Seed Project Price and Services Schedule Rev1.xlxs

Amendment 0005: Amend 0005 SF30 47PL0122R0035.pdf

Extending the due date for proposal to 3 August 2022 at 1:00PM PST,

Provide the following documents in response to Contractor RFI's:

Amend 0005 Contractor RFI's and Responses 4.pdf

Amendment 0004: Amend 0004 SF30 47PL0122R0035.pdf

Provide the following documents in response to Contractor RFI's:

Amend 0004 Contractor RFI's and Responses 3.pdf

Amend 0004 Site Visit Sign In Sheet 2 Redacted.pdf

Please sign and return ALL AMENDMENTS with proposal submission.

Amendment 0003: Amend 0003 SF30 47PL0122R0035.pdf

Extending the due date for proposal to 1 August 2022 at 1:00PM PST,

Schedule a second site visit for the Seed Project for 20 July 2022 at 10:30AM PST

Provide the following documents in response to Contractor RFI's:

Amend 0003 Contractor RFI's and Responses.pdf

2019 Asbestos Reinspection Survey Report Thomas S. Foley USCH.pdf

Please sign and return ALL AMENDMENTS with proposal submission.

Amendment 0002: Amend 0002 SF30 47PL0122R0035.pdf

Providing the following documents:

Amend 0002 Contractor RFI's & Responses.pdf,
Amend 0002 Exhibit 6 Past Performance Questionnaire Rev1.doc;
Amend 0002 R10 EMATOC SOW 04222022.pdf.

Amend 0002 Site Visit Sign in Sheet.pdf

Please sign and return ALL AMENDMENTS with proposal submission.

Amendment 0001: Amend 0001 SF30 47PL0122R0035.pdf

Updating inconsistencies between documents regarding Site Visit, add directions for site visit attendees regarding Spokane County's Covid-19 Level HIGH rating, and providing a correct EMATOC SF1442 document. See revised Attachments:

Amend 0001 RFP EMATOC 47PL0122R0035.pdf,
Amend 0001 Attachment D - TORFP Seed Project.pdf;
Amend 0001 SF 1442 47PL0122R0035.pdf.

**In accordance with CDC requirements for a County Level that has been categorized as HIGH, which Spokane County was as of 30 June 2022 all site visit attendees must bring and properly wear a mask while indoors.**

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 of Eastern Washington, Eastern Oregon, and Idaho. 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 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 $70,000,000.00. Meaning the cumulative total for all task orders awarded to all contractors over the life of the contract (5 Years) shall not exceed $70 Million.

The anticipated ordering limits are between $25,000.00 and $5,000,000.00. The typical task order is expected to be between $50,000.00 and $250,000.00. Task Order solicitations will adhere to the competitive procedures outlined in FAR 16.5.

Access to Controlled Unclassified Information (CUI):

Please see Exhibit 2 and 3 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 mackenzie.dunn@gsa.gov, Cc: heather.bowden@gsa.gov.

NAICS Code and Small Business Standard

The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5 million.

Pre-Proposal Conference for Prime Contractors

A pre-proposal site walk for the Seed Project will be held onsite on Wednesday, July 6, 2022.

See attached files for solicitation details.

Posted: Aug. 2, 2022, 1:55 p.m. EDT
Posted: Aug. 1, 2022, 4:17 p.m. EDT
Posted: July 27, 2022, 6:04 p.m. EDT
Posted: July 25, 2022, 12:55 p.m. EDT
Posted: July 14, 2022, 1:31 p.m. EDT
Posted: July 8, 2022, 12:00 p.m. EDT
Posted: July 1, 2022, 4:20 p.m. EDT
Posted: June 24, 2022, 3:06 p.m. EDT

Overview

Response Deadline
Aug. 3, 2022, 4:00 p.m. EDT (original: July 25, 2022, 4:00 p.m. EDT) Past Due
Posted
June 24, 2022, 3:06 p.m. EDT (updated: Aug. 2, 2022, 5:20 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Signs of Shaping
55% of obligations for similar contracts within the Public Buildings Service were awarded full & open.
On 6/24/22 PBS Region 10: Northwest Arctic Region issued Solicitation 47PL0122R0035 for Eastern Multiple Award Task Order Contract (MATOC) Replacement due 8/3/22. 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
MacKenzie Dunn   Profile
Phone
(509) 863-2052

Secondary Contact

Name
Heather Bowden   Profile
Phone
(253) 931-7212

Documents

Posted documents for Solicitation 47PL0122R0035

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 47PL0122R0035

Award Notifications

Agency published notification of awards for Solicitation 47PL0122R0035

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 47PL0122R0035

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 47PL0122R0035

Similar Active Opportunities

Open contract opportunities similar to Solicitation 47PL0122R0035

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R10
FPDS Organization Code
4740-LT000
Source Organization Code
100173643
Last Updated
Aug. 2, 2022
Last Updated By
mackenzie.dunn@gsa.gov
Archive Date
Sept. 25, 2022