Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2021 SAM #7144
SOURCES SOUGHT

Y -- 2021 MATOC Ohio National Guard

Notice Date
6/21/2021 5:46:31 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NU USPFO ACTIVITY OH ARNG COLUMBUS OH 43235-2712 USA
 
ZIP Code
43235-2712
 
Solicitation Number
OhioMATOC2021
 
Response Due
7/20/2021 9:00:00 PM
 
Archive Date
12/31/2021
 
Point of Contact
Elaine Farabee, Phone: 6143367430, Joshua S. Huber, Contract Officer, Phone: 6143367210
 
E-Mail Address
elaine.m.farabee.civ@mail.mil, joshua.s.huber5.civ@mail.mil
(elaine.m.farabee.civ@mail.mil, joshua.s.huber5.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This sources sought/market survey is for information only, to be used solely for preliminary planning purposes.�� THIS IS NOT A REQUEST FOR PROPOSAL.� RESPONSES TO THIS NOTICE SHALL NOT BE CONSIDERED PROPOSALS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT.�� No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow-up requests for information. The Government will not pay for any information provided as a result of this market survey. The purpose of this sources sought is to gain knowledge of potential qualified Small Business sources for this potential construction MATOC, including interested certified 8(a), HUBZone, and Service Disabled Veteran Owned Small Businesses (SDVOSB) capable of performing the requirements described below.� The United States Property & Fiscal Office for Ohio, has a potential requirement for on-going facilities construction, alteration, demolition, and/or repair of buildings, structures and other real property in support of the Joint Force Headquarters for the Ohio National Guard; Camp James A Garfield, Camp Sherman, Rickenbacker Army Enclave and Camp Perry; 121th ARW, Rickenbacker Air National Guard Base; 178 WG, Springfield Air National Guard Base; 179th AW, Mansfield Air National Guard Base; 180th FW, Toledo Air National Guard Base and any other Massachusetts National Guard locations.� A solicitation is anticipated to be released during October 2021. The future solicitation, if any, including specifications and/or drawings, will be made available only on the beta.SAM Contract Opportunities page (https://beta.sam.gov). Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments. A MATOC is defined as an indefinite-delivery/indefinite-quantity (IDIQ) contract entered into with two or more sources pursuant to the same solicitation. The envisioned MATOC shall consist of firm-fixed price (FFP), IDIQ contracts that will be vehicles for the execution of a broad range of maintenance, repair, demolition, and minor construction projects. Contractors will be expected to accomplish a wide variety of individual construction tasks, renovation, demolition, and additions/upgrades, along with specific work in Heating/Ventilation/Air Conditioning, electrical, mechanical, design, and other major trades. The primary North American Industry Classification System (NAICS) Code for work performed will be 236220, Commercial and Institutional Building Construction ($39.5M SBA small business standard). The number of IDIQ contracts to be awarded is still under consideration, however, at this point the Government anticipates awarding a minimum of fifteen (15). All contract work will be competed among IDIQ contract holders as individual projects awarded via separate task orders. The term of the MATOC shall be a single five-year ordering period and the total program value for all task orders awarded under this anticipated MATOC shall not exceed $10M.�� Individual task orders are not anticipated to exceed $3 Million. Performance bonds will be required for individual task orders in accordance with Federal Acquisition Regulation (FAR) Part 28, Bonds and Insurance. Interested parties are requested to provide this office a response, in writing, indicating their positive intent to submit a proposal as a prime contractor no later than 21 July 21.� This notification, which shall not exceed ten typewritten pages, must include (1) positive statement of intent to bid as a prime contractor; (2) a completed and signed Source Sought Information Request Form (see attachments on this page); (3) a listing of projects completed during the past three years, both for government and private industry, including the type of project, dollar value, contract number, location, point(s) of contact are to be included, role (prime or subcontractor, and if subcontractor provide the name and point of contact for the prime contractor); and (4) a brief outline of resources, subcontractor, and key personnel used to accomplish the effort. In the event adequate Small Business contractors are not available for adequate competition for this project, it may be advertised as unrestricted.� Information shall be provided via email to: elaine.m.farabee.civ@mail.mil� - include the following in the subject line � Sources Sought Ohio MATOC.� Facsimile responses are not permitted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f9893cb8a6654541aa9598fac791939c/view)
 
Place of Performance
Address: OH, USA
Country: USA
 
Record
SN06037815-F 20210623/210621230117 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.