MODIFICATION
Z -- Multiple Award Task Order Contract (MATOC)
- Notice Date
- 6/17/2016
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Sill, 1803 NW Macomb Road, Fort Sill, Oklahoma, 73503, United States
- ZIP Code
- 73503
- Solicitation Number
- W9124L16R0001
- Point of Contact
- Pauline K. Abraham, Phone: 580-442-3904, Martha S. Livsey, Phone: 5804423514
- E-Mail Address
-
pauline.k.abraham.civ@mail.mil, martha.s.livsey.civ@mail.mil
(pauline.k.abraham.civ@mail.mil, martha.s.livsey.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The U.S. Army Mission and Installation Contracting Command (MICC) - Fort Sill, Oklahoma has a requirement from the Directorate of Public Works (DPW) for a Multiple Award Task Order Contract (MATOC) for a contract to execute minor construction, sustainment, restoration and modernization projects at Fort Sill, Oklahoma. This acquisition consists of one solicitation with the intent to award up to five (5) multiple award construction contracts. The work to be acquired under this contract is minor renovation/modernization and routine minor repair/maintenance projects on Fort Sill. The work (task orders) will generally include all supervision, labor, safety controls, transportation, materials, equipment, permit and clearances and other incidental work required to complete the scopes of work. A Seed Project will be issued with the solicitation. The resulting contracts will be indefinite delivery indefinite quantity type contracts with a five (5) year ordering period, and each contract will include a task order in the amount of $5,000 as a minimum guarantee. The maximum aggregate dollar value for all awarded contracts is $50,000,000.00. The estimated minimum award per task order is $2,000.00 and the estimated maximum award amount per task order is $5,000,000.00. This procurement will be a competitive 8(a) set-aside*, under North American Industry Classification System (NAICS) code 236220, Commercial and Institutional Building Construction, with a size standard of $36.5M. *Geographic Restriction- The Oklahoma District SBA Office has determined that competition will be limited to 8(a) contractor's services by the Oklahoma City, OK SBA office. Firms with an approved bona fide place of business within the state of Oklahoma are eligible to submit proposals. Verification of the approved bona fide place of business will be verified by the Oklahoma District Office. Per SBA, joint ventures will be allowed to propose on this project. Joint Venture Agreements - Joint Ventures are allowable on competitive 8(a) set-asides; however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Development Specialist (DBS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable on ensure compliance with established regulations. Any corrections and/or changes needed can be made only when the BDS has adequate time for a thorough review before the proposal due date. No corrections and/or changes are allowed after time of submission of proposals. All respondents are reminded that at least fifteen (15) percent of the cost of the contract, not including the cost of materials, shall be performed by employees of the prime contractor per FAR clause 52.219-14(b)(3) - Limitations on Subcontracting. The Product Service Code for the seed project is Z2AA- Repair or Alteration of Office Building. This requirement is subject to the Davis Bacon Act. The Government anticipates release of solicitation W9124L-16-R-0001 on or about 5 July 2016. The solicitation will be issued in electronic format only and will be posted to Federal Business Opportunities website http://www.fbo.gov/. These dates are subject to change. All amendments to the solicitation will be likewise posted on this website. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Solicitation mailing list will not be compiled and amendments will not be sent out in paper copy. Faxed offers and amendments will not be accepted. A pre-proposal conference and site visit will be conducted shortly after the solicitation is released. All potential offerors must be registered in the System for Award Management database (www.SAM.gov) to be eligible for award of a contract. The points of contact (POCs) for this pre-solicitation notice is Martha Livsey, Contract Specialist, at martha.s.livsey.civ@mail.mil and Pauline K. Abraham, Contracting Officer at Pauline.k.abraham.civ@mail.mil. Comments should be forwarded in writing to both POCs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d43aff66558ac41ee031c14bbb315190)
- Place of Performance
- Address: Fort Sill, Oklahoma, 73503, United States
- Zip Code: 73503
- Record
- SN04154119-W 20160619/160617234644-d43aff66558ac41ee031c14bbb315190 (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 |