Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2025 SAM #8538
SOLICITATION NOTICE

Y -- 107th & 174th Multiple Award Task Order Contract

Notice Date
4/10/2025 6:02:23 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7NR USPFO ACTIVITY NYANG 174 SYRACUSE NY 13211-7099 USA
 
ZIP Code
13211-7099
 
Solicitation Number
W50S8H25RA010
 
Response Due
5/5/2025 1:00:00 PM
 
Archive Date
05/20/2025
 
Point of Contact
Richard M. Peirson, Phone: 3152332033, Jennifer DeWispelaere, Phone: 7162362493
 
E-Mail Address
richard.peirson@us.af.mil, jennifer.dewispelaere@us.af.mil
(richard.peirson@us.af.mil, jennifer.dewispelaere@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
You are invited to submit a proposal in response to our Request for Proposal (RFP) entitled, New York Air National Guard Construction MATOC Solicitation for construction services for National Guard locations throughout the State of New York. As a result of this solicitation, the overnment intends to award indefinite-delivery, indefinite-quantity, (IDIQ) contracts to all qualified offerors. All awards will be to small business pursuant to a 100% small business set-aside. The contracting officer may set-aside task orders for SBA Certified 8(a) participants, Certified HUBZone Small Business Concerns, Small Business Service-Disabled Veteran Owned Business and Women Owned Small Businesses Concerns provided 2 or more qualified contractors in each category present conforming offers and are awarded an IDIQ contract. Awards will be made to all qualified offerors in accordance with Federal Acquisition Regulation (FAR) 15.304(c)(1)(ii)(A). Task Orders for maintenance, repair, and construction services may be issued at the following locations in New York State: 174th Attack Wing, 6001 E. Molloy Road, Syracuse, NY 13211 (Ft. Drum, NY) 224th EADS, 366 Otis St, Rome, NY 13441 107th Attack Wing, 9910 Blewett Avenue, Niagara Falls, NY 14304 Typical work includes, but is not be 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, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities, surveys, studies, and other related work. All will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. It should be noted that the majority of task orders under these contracts will be for sustainment, repair and maintenance (SRM) projects under $1M dollars. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $45 million average annual revenue for the previous three years. This is a total small business set-aside. The government anticipates award of a minimum of five individual MATOCs, providing sufficient qualified contractors present offers. All responsible firms may submit an offer. These anticipated contracts will not exceed five calendar years. Task Orders will range from $2,000.00 to $5,000,000.00. The total of all individual task orders placed against this MATOC will have a ceiling of $45,000,000.00. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposal evaluations will be conducted in accordance with the instructions in Section 00 22 16 of the solicitation. A pre-proposal conference will be conducted on Tuesday, April 15, 2025 at 1:00PM ESD for the purposes of briefing on the proposal requirements and answering questions regarding this solicitation. This conference will be held at Civil Engineering Conference Room, 174th Attack Wing, Syracuse, NY 13211. Interested Contractors are highly encouraged to attend the pre-proposal conference. Due to Due to security conditions, all offerors must register to attend this conference. Email the following information for all attendees to Major Rick Peirson and MSgt Jennifer DeWispelaere at the following addresses: richard.peirson@us.af.mil and jennifer.dewispelaere@us.af.mil. Firm Name and Telephone Number Visitors Name Drivers License and State of Issuance Citizenship This information must be provided in advance, not later than three (3) business days prior to the meeting, in order to ensure access to the military base and conference site and ensure adequate seating for the conference attendees. You must register for the meeting even if you already have access to the base. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Governments denial of your access to the pre-proposal conference. This information will be provided to the Base Security Forces who will authorize your entrance to the site. Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractors 85 percent subcontract amount that cannot be exceeded. In accordance with FAR 36.211(b), the following information is provided: (1) the National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204. (2) Data for the prior 3 fiscal years regarding the time reqiured to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available, but will be compiled and provided in future announcements. DISCLAIMER:?The official Request for Proposal is located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to sam.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/03f4923fe0ab4f2aa5c611e9505839e8/view)
 
Place of Performance
Address: Syracuse, NY 13211, USA
Zip Code: 13211
Country: USA
 
Record
SN07404359-F 20250412/250410230102 (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.