SOURCES SOUGHT
Z -- California National Guard Statewide Multiple Award Task Order Contract (MATOC)
- Notice Date
- 2/14/2020 2:27:41 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7MX USPFO ACTIVITY CA ARNG SAN MIGUEL CA 93451 USA
- ZIP Code
- 93451
- Solicitation Number
- W912LA-20-T-7000
- Response Due
- 3/14/2020 5:00:00 PM
- Archive Date
- 03/29/2020
- Point of Contact
- Keaston Simmons, Paul Turner
- E-Mail Address
-
keaston.d.simmons.mil@mail.mil, paul.c.turner6.mil@mail.mil
(keaston.d.simmons.mil@mail.mil, paul.c.turner6.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This Sources Sought Notification is being issued in accordance with Federal Acquisition Regulation (FAR) Part 10, Market Research, and is for planning purposes only. This is not a solicitation.� Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract.� The California National Guard is not responsible for any costs incurred by interested parties responding to this notification.�� The intent of this notice is to identify qualified small business concerns capable of performing on a Multiple Award Task Order Contract (MATOC). The USPFO for California is issuing this sources sought notice to identify potential small, bondable and experienced prime contractors that are capable of acting as prime contractors for an Indefinite-Delivery, Indefinite Quantity Multiple Award Task Order Contract for Design-Bid-Build and minor Design-Build projects in support of ongoing requirements for construction, alterations, and repairs of Government facilities, structures and other real property located throughout California.�Statewide is defined as all counties within California.� Type of work includes, but is not limited to: heating, ventilation, and air-conditioning (HVAC) systems and components; plumbing, fire suppression systems; interior and exterior electrical and lighting; fire and intrusion alarm systems; communication systems; limited utilities; site-work; landscaping; fencing; masonry; roofing repair and new installation, concrete and asphalt paving; storm drainage systems, environmental remediation; construction of new facilities; site surveys and studies; design and construct design-build services; airfield paving; painting; refrigeration systems, asbestos and lead paint removal; demolition and other related work. A MATOC is an Indefinite-Delivery, Indefinite-Quantity contract for construction services with multiple awardees. Actual work is awarded through the issuance of task orders. Multiple awardees generally compete with each other for task orders. There are some exceptions to this rule, whereby competition may be reduced or task orders are issued non-competitively to one contract holder. The resulting contracts will not have fixed unit costs. All contract work will be completed through individual task orders awarded for individual projects that will be performed in accordance with individual task order requirements or specifications and drawings. These anticipated contracts will consist of a Base Award period of five (5) calendar years. The total contract period shall not exceed five (5) calendar years. Delivery Orders will range from $2,000.00 to $4,000,000.00. The total of individual task orders placed against this contract shall not exceed $75,000,000.00 to any one contractor over the 5-year period. The primary North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $39.5 million average annual revenue averaged over the previous three years. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. The solicitation will be issued on or about June 1, 2020 on the beta SAM.gov website at https://beta.sam.gov/. Solicitation and Pre-proposal conference information will be posted at this time. Interested bondable small businesses having the skills and capabilities necessary to perform the stated requirements are invited to submit a written notice, not to exceed five (5) pages. Responses to this notice should include the following information: A positive statement of intent to submit a proposal as a prime contractor; A listing of projects completed in the past five (5) years for both Government and private industry.� The list should provide the type of project, dollar value, contract number, location, and point of contact.� Also, please indicate whether the firm was a prime or subcontractor�if the firm was a subcontractor, please provide a point of contact with the prime contractor; A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the delivery orders issued under this contract, as well as a statement identifying project and aggregate bonding limits available to the company; and Demonstration of the firm�s socioeconomic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, SDVOSB, etc.); Only electronic submissions are acceptable. Hard copies will not be accepted. Submit electronic copies to Keaston Simmons at keaston.d.simmons.mil@mail.mil or Paul Turner at paul.c.turner6.mil@mail.mil. Provide the information no later than 5:00 PM Pacific time on February 28, 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d4309da2d3664082b4230b47cebfb7ae/view)
- Record
- SN05563254-F 20200216/200214230151 (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 |