SOLICITATION NOTICE
Z -- Facilities Maintenance/Repair MATOC
- Notice Date
- 5/12/2020 6:43:24 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Intermountain Regional Office, Region 4 OGDEN UT 84401 USA
- ZIP Code
- 84401
- Solicitation Number
- 1284M820R0005
- Response Due
- 5/26/2020 1:00:00 PM
- Archive Date
- 06/10/2020
- Point of Contact
- Becky A. Martinez, Phone: 2083734231
- E-Mail Address
-
rebecca.martinez@usda.gov
(rebecca.martinez@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) CONTRACT FOR FACILITIES MAINTENACE/REPAIR FOR THE USDA/FOREST SERVICE INTERMOUNTAIN REGION (R4). The Intermountain Region (R4) is soliciting for a Facilities Maintenance/Repair Contract in accordance with Federal Acquisition Regulation (FAR) Subpart 36.2.� This announcement is being solicited as a small business set-aside pursuant to FAR 19.� The North American Industry Classification System (NAICS) code for this action is 236220 and the small business size standard is $39.5M.� As a result of this announcement, the Forest Service (R4) intends to award multiple award task order (MATOC) contracts in support of the various forests/units within R4.� The contracts will consist of five (5) one-year ordering periods. PROJECT INFORMATION: The Contractor shall provide for all labor, material, supplies, transportation, management, supervision, equipment, and all other necessary items for a broad range of maintenance, repair, and minor construction work within Region 4 (R4).� The contractor is responsible for performing all work required for complete and usable projects, in compliance with all plans, drawings, and specifications issued.� The Contracting Officer will issue individual Task Orders for each project as part of this contract.� Individual Task Order projects will vary in size and scope.�� The Contractor will be required to perform multi-discipline construction, repair, and remodeling work using common trades identified in the Davis Bacon Wage Determination and other trades common to the construction industry. Work performed under this contract shall be completed in compliance with all local, state and federal regulations.� Work shall include the preparation of Task Order Proposals to include project scoping, cost estimating and development of Task Order specifications and/or requirements. PROJECT TYPES Types of projects/jobs contemplated under this contract may include electrical, plumbing, mechanical/HVAC, cement/concrete work, parking lot and driveway paving, flooring, painting, general carpentry, sewer systems repair or replacement, waterline and water system repairs, lead based paint removal, asbestos removal, roofing, recreation site furniture installation, and minor construction/remodels.� The contractor will be provided a 100% completed scope of work (drawings, specifications, and/or design analysis etc.) to initiate and complete construction execution in accordance with contract requirements. LOCATION Work shall be accomplished within the administrative areas of the locations identified in Section B.� Work may be in occupied and unoccupied residences, multi-occupant housing units, offices, warehouses, campgrounds, and other miscellaneous type facilities within R4. The Contractor may be required to perform work in remote locations, as specified in individual task order. For work in remote locations the Contractor shall be responsible for all personnel, supplies, equipment, materials, and infrastructure (including, but not limited to, potable water, utility systems, housing, dining, transportation, and medical care) when there are no facilities and services available. THIS IS NOT A REQUEST FOR PROPOSAL.� Therefore, solicitation packages will not be provided at this time. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government anticipates a solicitation to be available on beta.sam.gov (FBO) on/or about 1 June 2020; however, there is no guarantee or implication of a guarantee that this project will be solicited. NOTE: To avoid a conflict of interest, any contractor proposing as a prime may not have a subcontractor who is also proposing as a prime. All questions shall be in writing to the Contracting Officer listed below.� Phone calls and personal visits for the purpose of discussing this solicitation with contracting/project management and/or engineering personnel are not allowed. This requirement is a total small business set-aside and to be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database; https://www.sam.gov/portal/public/SAM. SUBMIT QUESTIONS ONLY TO: rebecca.martinez@usda.gov.� NO phone questions will be honored. Questions will be answered in writing and posted to a Questions and Answer document and posted to https://beta.sam.gov.� Contractors are encouraged to view the Q&A document BEFORE sending in questions as it may already be answered.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cb33ea7357d145a4afe5ce0cd06894aa/view)
- Record
- SN05654603-F 20200514/200512230152 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |