SOURCES SOUGHT
Y -- Multiple Award Task Order Contract (MATOC) Indefinite-Delivery Indefinite-Quantity (IDIQ) for the Massachusetts National Guard
- Notice Date
- 10/29/2009
- Notice Type
- Sources Sought
- Contracting Office
- USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
- ZIP Code
- 01757-3604
- Solicitation Number
- W912SV-MATOC-IDIQ10
- Response Due
- 11/13/2009
- Archive Date
- 1/12/2010
- Point of Contact
- Jean Greenwood, 508-233-6663
- E-Mail Address
-
USPFO for Massachusetts
(jean.greenwood@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE AND IS BEING ISSUED FOR PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS PROPOSALS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE MASSACHUSETTS NATIONAL GUARD WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT. THERE WILL NOT BE A SOLICITATION ISSUED AT THIS TIME. The United States Property & Fiscal Office for Massachusetts, has a requirement for on-going facilities construction, alterations, and repair of buildings, structures and other real property in support of the Joint Force Headquarters for the Massachusetts National Guard; Camp Edwards; 104th Fighter Wing, Barnes Air National Guard Base; 102nd Intelligence Wing, Otis Air National Guard Base; and any other Massachusetts National Guard locations. The intent is to award Multiple Award Task Order Contracts (MATOC) via Indefinite-Delivery Indefinite-Quantity (IDIQ) multi-trade construction and specialty contracts. The types of work to be performed will include General Construction as well as specified Specialty Trades including, but not limited to, interior and exterior renovations, heating and air conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work/demolition, landscaping fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities, surveys, studies, design-build and other related work.. The applicable NAICS codes are 236220 Commercial and Institutional Building Construction, 237990 Other Heavy and Civil Engineering Construction, 238160 Roofing Contractors, 238210 Electrical Contractors, and 238220 Plumbing, Heating, and Air-Conditioning Contractors, 238910 Site Preparation Contractors, 238990 All Other Specialty Trade Contractors, 562910 Remediation Services. General building and heavy construction contractors (NAICS codes 236220 and 237990) have a size standard of $33.5 million in average annual receipts for the preceding 3 fiscal years. Special trade construction contractors have a size standard of $14 million. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual task orders awarded for individual projects. Each task order will be priced individually and will include its own wage determination. These task orders will be competed among the IDIQ awardees applicable to the category being solicited unless one of the authorized exceptions is applicable. The term of the IDIQ Multiple- Award Task Order Contract (MATOC) will be one two-year Base Period from date of award, with three (3) one (1) year options. Each task order will have its own completion date established. The intent of this notice is to identify qualified small business (SB) concerns, certified 8(a), HUBZone, and Service Disabled Veteran Owned Small Businesses (SDVOSB) capable of performing the aforementioned requirements. Interested parties responding to this sources sought request SHALL SUBMIT THE FOLLOWING INFORMATION AT A MINIMUM: (1) Company name and address, point of contact with phone number, DUNS number and Cage Code; (2) A positive statement of interest to submit a proposal as a general, or a specialty, contractor on a future solicitation; (3) Documentation relating to capability of performance on an IDIQ construction project (including references); (4) Provide a statement regarding small business designation and status. Include a copy of the certificate issued by the SBA of your qualifications as a HUBZone Small Business or 8(a) firm (if applicable). (5) Documentation on companys bonding capacity and limitations in aggregate and per contract/order; and (6) Any other pertinent company documentation, such as teaming/joint-venture agreements, etc. The response to this Sources Sought notice is due by 1:00 P.M., Friday, 13 November 2009. Electronic or hard copy submissions are acceptable. Submit hard copy documents to: USPFO-MA, ATTN: WO1 Jean Greenwood, 50 Maple Street, Milford, MA 01757. Submit electronic copies to jean.greenwood@us.army.mil with a courtesy copy to erika.reinikainen@us.army.mil. This market research is for informational and planning purposes only. The Government will not pay any costs for responses submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19/W912SV-MATOC-IDIQ10/listing.html)
- Place of Performance
- Address: USPFO for Massachusetts 50 Maple Street, Milford MA
- Zip Code: 01757-3604
- Zip Code: 01757-3604
- Record
- SN01994561-W 20091031/091029235235-267ffd812856537ac8e7ab2eef5456a2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |