Search Contract Opportunities

R10 South Multiple Award Task Order Contract MATOC Replacement   3

ID: 47PL0123R0014 • Type: Solicitation

Description

Posted: Oct. 30, 2023, 4:32 p.m. EDT

*** Amendment 0003 - Posted on 10/30/2023 ***

The purpose of amendment 0003 is to answer question number 18.

End of Amendment 0003

*** Amendment 0002 - Posted on 10/23/2023 ***

The purpose of amendment 0002 is the following:

  • Issue a revised Seed Project SOW
  • Issue a revised SOW Attachment 7.10 Drawings Site Plan
  • Remove SOW Attachment 7.11 Trench Drain
  • Provide answers to questions that were submitted after the pre-proposal site visit
  • Provide the pre-proposal site visit roster
  • Change the Proposal Date.

End of Amendment 0002

*** Amendment 0001 Posted on 09/26/2023 ***

The purpose of the amendment is to correct the Site Visit Registration Due date. See Amendment 0002 and page 2 revised Attachment C TORFP Seed Project Rev 1.

End of Amendment 0001

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.

Posted: Oct. 23, 2023, 6:43 p.m. EDT
Posted: Sept. 26, 2023, 6:13 p.m. EDT
Posted: Sept. 18, 2023, 5:14 p.m. EDT

Overview

Response Deadline
Nov. 7, 2023, 7:00 p.m. EST (original: Oct. 31, 2023, 7:00 p.m. EDT) Past Due
Posted
Sept. 18, 2023, 5:14 p.m. EDT (updated: Oct. 30, 2023, 4:32 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
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 9/18/23 PBS Region 10: Northwest Arctic Region issued Solicitation 47PL0123R0014 for R10 South Multiple Award Task Order Contract MATOC Replacement due 11/7/23. 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
Michael Neer   Profile
Phone
None

Secondary Contact

Name
Colleen Butler   Profile
Phone
None

Documents

Posted documents for Solicitation 47PL0123R0014

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 47PL0123R0014

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 47PL0123R0014

Incumbent or Similar Awards

Contracts Similar to Solicitation 47PL0123R0014

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 47PL0123R0014

Similar Active Opportunities

Open contract opportunities similar to Solicitation 47PL0123R0014

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R10
FPDS Organization Code
4740-47PL00
Source Organization Code
100167243
Last Updated
Nov. 22, 2023
Last Updated By
michael.neer@gsa.gov
Archive Date
Nov. 22, 2023