Search Contract Opportunities

Southern MATOC IDIQ On-Ramp to Increase Award Pool   2

ID: 47PL0018R0001 • Type: Presolicitation

Description

Posted: Feb. 8, 2022, 12:06 p.m. EST

AMENDMENT A02

Amendment A02 is issued 02/08/2022 and makes the following changes:

1. The proposal due date is changed from 02/08/2022 to 02/15/2022.

2. Solicitation RFI's and repsonses are addressed on the attached amendment A02.

General Services Administration (GSA), Public Buildings Service (PBS), Northwest/Arctic Region (Region 10), Acquisition Division (10PQ), 400 15th Street SW, Auburn WA 98001. The solicitation number is: 47PL0022R0001 - South MATOC IDIQ On-Ramp

The North American Industry Classification System (NAICS) Code for this project is: 236220; Commercial and Institutional Building Construction and the size standard of $39.5 million in average annual receipts.

This procurement is set aside completely for small businesses. Construction firms, licensed for general construction in the states of Washington and/or Oregon with a bona fide place of business and able to self-perform a minimum of 30% of general construction work are invited to participate in this competition. All responsible sources may submit a proposal which shall be considered by the agency.

This solicitation is an on-ramp to an existing IDIQ contract. An on-ramp is modification to increase the current award pool. The current award pool is five (5) awardees. The total potential award pool may increase to seven (7) awardees. The Government reserves the right to increase or decrease the number of awards made as a result of the on-ramp solicitation.

The current period of performance will end August 31, 2023. The anticipated award period for on-ramped vendors is anticipated to be March 22, 2022 through July 31, 2023. The GSA reserves the right to extend the ordering period of the South MATOC by six (6) months in accordance with FAR 52.216.22. This would result in a total ordering period of five years and six months.

Contractor Teaming Arrangements (CTA) to include entities based on Joint Venture firms, Partnerships, and other formal teaming agreements are encouraged to participate in this competition. Acceptable proposals submitted by Offerors in a CTA must be able to meet the stated requirements of the solicitation and evaluation factors as the CTA entity.

Task Order solicitations are issued by GSA offices assigned to the Acquisition Division within Region 10. Task Orders requirements are based upon one of four possible project delivery methods to include, construction, design-bid-build, bridging design-build and design- build.

The current contract maximum value (CMV) is $30 million dollars. The MATOC IDIQ includes one option to increase the CMV by $10 million dollars for a total potential award value of $40 million. The government makes no representation as to the number of Task Orders or actual amount of work to be ordered. A minimum guarantee of $250 per IDIQ award, will be used for the placement of the contract. The "Order of Magnitude" for task orders is anticipated to range from $25,000 to the GSA current capital reinvestment threshold ("prospectus"). Task Orders may not exceed $5 million per single task order contract. The average Task Order is expected to have an Order of Magnitude of $75,000 - $250,000.

Task Order solicitations will adhere to the competitive procedures outlined in FAR 16.5. Interested Offerors should anticipate competing for Task Order Contracts using a variety of selection procedures, to include low price, and variations on technical acceptance with fair and reasonable price.

This contract is subject to affirmative procurement policy which supports and enforces sustainable practices for design and construction in accordance with FAR Part 23.

Proposal submission instructions will be included in the solicitation package.

Offers submitted in response to the solicitation will be evaluated using the Highest Technically Rated with a Fair and Reasonable Price source selection process. This source selection process is not Lowest Price Technically Acceptable (LPTA) or Trade Off. This is a best value source selection conducted in accordance with FAR Part 15.

Interested parties are encouraged to review the award notice and attached contract documents posted on the Federal Business Opportunities, now SAM.gov, on August 16, 2018.

This IDIQ effort includes multiple project delivery methods which result in complete construction efforts. Construction efforts may be completed using construction, design-bid-build, bridging design-build and design-build approaches. The intent of the Government is to tailor each task order to reflect the project delivery method which will result in the most efficient construction delivery schedule.

Work to be accomplished under individual task orders includes design, engineering efforts and construction of interior and exterior projects on behalf of GSA. GSA is the federal owners' representative for other federal agencies who rent office space from GSA. Downstream construction efforts will occur in Class A and Other Than Class A office space. Work will occur typically in fully occupied facilities. These projects are subject to Homeland Security Presidential Directive (HSPD) 12 Security Clearance Procedures. Construction efforts will be performed by General Construction contractors and associated trades.

Interested offerors must be registered in Systems for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page.

The IDIQ contracts awarded, and task orders issued as a result of this solicitation, include Buy American Act clauses. As a result, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.

INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION AND ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS.

No telephone or facsimile requests will be accepted.

The Contracting Officer for this procurement is Jessica Campbell, jessica.campbell@gsa.gov; 253-736-4678

Posted: Jan. 11, 2022, 10:47 p.m. EST
Posted: Nov. 20, 2021, 12:42 a.m. EST
Posted: Nov. 4, 2021, 9:44 p.m. EDT

Overview

Response Deadline
Feb. 15, 2022, 7:00 p.m. EST (original: Dec. 20, 2021, 4:00 p.m. EST) Past Due
Posted
Nov. 4, 2021, 9:44 p.m. EDT (updated: Feb. 8, 2022, 12:06 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Odds of Award
62%
Signs of Shaping
55% of obligations for similar contracts within the Public Buildings Service were awarded full & open.
On 11/4/21 PBS Region 10: Northwest Arctic Region issued Presolicitation 47PL0018R0001 for Southern MATOC IDIQ On-Ramp to Increase Award Pool due 2/15/22. 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
Jessica Campbell   Profile
Phone
(253) 736-4678

Secondary Contact

Name
Jessica Wilde   Profile
Phone
None

Documents

Posted documents for Presolicitation 47PL0018R0001

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 47PL0018R0001

Award Notifications

Agency published notification of awards for Presolicitation 47PL0018R0001

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation 47PL0018R0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 47PL0018R0001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 47PL0018R0001

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R10
FPDS Organization Code
4740-47PL00
Source Organization Code
100167243
Last Updated
Feb. 8, 2022
Last Updated By
jessica.campbell@gsa.gov
Archive Date
Nov. 1, 2022