The RFP Database
New business relationships start here

Presolicitation Notice for Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction, and design-build services for the Iowa National Guard


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

 


 


The USPFO for Iowa intends to issue a Request for Proposal (RFP) for a Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction, and design-build services in support of the National Guard activities in the State of Iowa.  The primary purpose of the IDIQ MATOC is to support the Iowa Air National Guard Bases located at the Des Moines International Airport, Sioux City Gateway Airport, and the Fort Dodge Air Station.  In addition, the MATOC may be used to support the Iowa Army National Guard at Camp Dodge and other Army National Guard Facilities within the State of Iowa.  Typical work includes, but will 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, design-build and other related work.  All work will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications.  Prospective contractors must be able to respond within 120 minutes (2 hours) in response to emergencies via the main office or a staffed satellite office.  The North American Industry Classification System (NAICS) code for this work is 236220 and 237990.  The small business size standard is $36.5 million average annual revenue for the previous three years.  This is a total small business set-aside. The Government intends to award a minimum of five IDIQ MATOC(s) per Air Guard Installation, provided sufficient qualified contractors present offers that propose reasonable prices.    All responsible firms may submit an offer.  These anticipated contracts will consist of a Base Award Period of two (2) calendar years, and three (3) one-year option periods.  Total contract period, to include options, shall not exceed five (5) calendar years.  Task Orders will range from $2,000.00 to $5,000,000.00.  The total of individual task orders placed against this contract shall not exceed $10,000,000.00 to any one contractor.  The selection process will be conducted in accordance with FAR Part 15 source selection procedures.  Proposals will be evaluated on Past Performance, Technical, and Price Evaluation. The solicitation will contain two seed projects, which will be used in the price evaluation and portions of the technical evaluation.  Both seed projects will be awarded in accordance with the solicitation to the best value Offeror within the areas of consideration. The solicitation will be posted 7 July 2017.  Two pre-proposal conference/site visits are scheduled, the first is scheduled for the Base Civil Engineers Office, Des Moines Air National Guard Base, 3100 McKinley Avenue, Des Moines, Iowa on 14 July 2017 at 1:00 P.M. local time.  The second conference/site visit will be conducted at the Base Civil Engineers Office, Sioux City Air National Guard Base, 2920 Headquarters Avenue, Sioux City, Iowa on about 17 July 2017 at 10:00 A.M. local time.  Details for registering for the conferences will be available in the solicitation Section 00100.  Interested contractors are encouraged to attend and should register in accordance with the procedures outlined in the solicitation. All questions for the pre-proposal conference must be submitted via email to daniel.w.collins.mil@mail.mil and mark.l.thompson10.mil@mail.mil not later than 10:00 A.M. on 13 July 2017. The solicitation closing date is scheduled for 8 August 2017 at 1:00 P.M. local time.  Interested offerors must be registered in System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register.  Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) SAM Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO Vendor_ Guide.pdf. (Please note the registration for access to the secure site takes approximately 15 business days, plan accordingly). Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 12 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in Vendor Guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/offerors cannot log into the FedBizOpps home page and search for data.  DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to https://www.fbo.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 offeror's inability to access the documents posted on the referenced web pages. The Government will not issue any paper copies. All inquiries must be in writing, via email to the persons specified in the solicitation. This solicitation is not a competitive bid and there will not be a formal public bid opening.  All inquiries must be in writing, preferably via email to the persons specified in the solicitation.  All answers will be provided in writing and posted to https://www.fbo.gov/.  ; If you have any questions concerning this procurement you are encouraged to Email your questions to daniel.w.collins.mil@mail.mil and mark.l.thompson10.mil@mail.mil. ;


Dan Collins, Contract Specilast, Phone 515-252-4647, Fax 515-252-4617, Email daniel.w.collins.mil@mail.mil - Mark Lowell Thompson, Supervisory Contract Specialist, Phone 515-252-4248, Fax 515-252-4617, Email mark.l.thompson10.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP