The RFP Database
New business relationships start here

Maine MATOC


Maine, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Notice Date
24FEB2017

Notice Type
Sources Sought

NAICS
See below

Size Standard
See below

Contracting Office
Maine Air National Guard
101 MSG/MSC
101 Maineiac Ave., STE 505
Bangor, ME 04401

ZIP Codes
04101, 04330, 04401 with state-wide potential

Solicitation Number
N/A

Archive Date
TBD

Points of Contact
Jason Edwards, Dirck Storms

E-Mail Address
jason.m.edwards1.mil@mail.mil and dirck.g.storms.mil@mail.mil


Small Business Set-Aside
TBD


Synopsis:


The United States Property & Fiscal Office for Maine, 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 Maine National Guard; 101st Air Refueling Wing, Bangor Air National Guard Base; 243rd Engineering Installation Squadron & 265th Combat Communications Squadron, South Portland Air National Guard Base; Defense Finance & Accounting Service, Limestone, Maine; and any other Maine National Guard locations. The title of this project is Maine MATOC 2018. The intent of this activity 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, demolition, surveys, studies, design-build and other related work.


The North American Industry Classification System (NAICS) codes for this work are 236220, 237990 and 238910. The small business size standard is $36.5 million average annual revenue for the previous three years, except Dredging and Surface Cleanup Activities which has a business size standard of $27.5 million average annual revenue for the previous three years, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern and 238910 which has a small business size standard of $15.0 million average annual revenue for the previous three years.


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, Service Disabled Veteran Owned Small Businesses (SDVOSB) and Woman Owned Small Businesses capable of performing the aforementioned requirements.


Information provided shall be of sufficient detail for the Government to assess the capability of interested parties. The Government requests that interested offerors submit an electronic response of not more than five (5) one-sided pages, 8.5" x 11" paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around, doubled spaced in either Word or PDF (information submitted in response to items 1, 2 & 3 are not included in page count). Each response must reference the sources sought title. All Offerors must state whether they are a large or small business. Interested small businesses shall indicate whether they are certified 8(a), Hubzone, veteran-owned, service disabled veteran owned, disadvantaged or woman owned. Offerors are requested to provide their DUNS and SAM registration. Any charts and/or brochures will be included as part of the five (5) pages. Responsible sources having relevant experience may submit their statement of interest and capabilities. Telephone requests will not be honored. Responses received after the deadline may not be reviewed. All interested Small Business concerns will provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than March 28, 2017, 2:00 PM EST. This notification shall include the following to be considered:
(1) A positive statement of intent to bid as a prime contractor.
(2) A completed and signed Sources Sought Information Request, posted with this announcement.
(3) Responses shall include a description of previously performed similar efforts to include a listing of projects completed during the past three years, both for government and private industry. The type of project, contract number, contract value, type of contract, location, period of performance, and identification of performance role as prime or sub-contractor are required. Identification of each customer (Government or private industry); Contracting Officer's Representative (COR) name (or private industry point of contact) with telephone number are also desired within the listing.
(4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract.


In the event adequate Small Business contractors are not available for adequate competition for this project, it will be advertised as unrestricted. Information shall be provided via email to both parties listed above or via mail addressed to the Maine Air National Guard, 101 MSG/MSC, 101 Maineiac Ave., STE 505, Bangor, ME 04401. No facsimile responses will be honored, emailed responses are preferred. This market research is for informational and planning purposes only. The Government will not pay any costs for responses submitted.


This notice is for planning purposes only, and does not constitute a Combined Synopsis/Solicitation, an Invitation for Bid (IFB) or a Request for Proposal (RFP). The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Unless otherwise stated herein, no solicitation regarding this announcement is available. Requests for the same will be disregarded. If a solicitation is released, it will be synopsized on Federal Business Opportunities website at www.fbo.gov . Please be aware that all information submitted in response to this request, whether written, oral, electronic, graphic, or any other medium, is considered public information under the Freedom of Information Act, 5 U.S.C. 552. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. Issuance of this notice does not restrict the Government as to the ultimate acquisition approach. The Maine National Guard will not release to any firm, agency, or individual outside the Government, any information properly marked with a proprietary legend without the written permission from the respondent. The Government will not pay for any information received in response to this synopsis, nor will the Government compensate a respondent for any.


 


Jason M. Edwards, Contract Specialist, Phone 207-404-7107, Fax 207-404-7177, Email jason.m.edwards1.mil@mail.mil - Dirck G. Storms, Contracting Officer, Phone 207-430-5531, Email dirck.g.storms.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP