SOURCES SOUGHT
99 -- FLORIDA CONSTRUCTION MATOC
- Notice Date
- 9/12/2023 12:57:58 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W7M2 USPFO ACTIVITY FL ARNG ST AUGUSTINE FL 32085-1008 USA
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN-24-R-0002
- Response Due
- 9/25/2023 1:00:00 PM
- Archive Date
- 10/10/2023
- Point of Contact
- Robert Glanowski, Phone: 9048230555, Matt Michael
- E-Mail Address
-
robert.j.glanowski.civ@army.mil, matthew.j.michael2.civ@mail.mil
(robert.j.glanowski.civ@army.mil, matthew.j.michael2.civ@mail.mil)
- Description
- FL STATEWIDE CONSTRUCTION MATOC Category: Y � Construction of Structures and Facilities � Potential Sources Sought Date Published: 12 September 2023 MATOC Contract: Contracting Division, United States Property and Fiscal Office for Florida (USPFO-FL), 189 Marine St., St. Augustine, FL 32084, POC Mr. Robert Glanowski Synopsis: Florida National Guard Statewide Construction Multiple Award Task Order Contract (MATOC) IDIQ SOURCES SOUGHT. The purpose of this synopsis is to gain knowledge of potential sources for MATOC for construction, including interested Service-Disabled Veteran Owned Small Business, Woman Owned Small Business, HUBZone Small Business, and 8(a) business sources, and other qualified small businesses as per SBA standards. This notice is for planning purposes only. All interested parties should respond. The USPFO-FL intends to issue a solicitation and award a Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) contracts for construction projects within the State of Florida. The primary locations of work will be Air National Guard Base in Jacksonville, FL, Camp Blanding Joint Training Center in Starke, FL, MacDill Air Force Base in Tampa, FL, and Cape Canaveral Air Force Station in Cape Canaveral, FL. Typical work will include, 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. A MATOC is an IDIQ contract for construction services with multiple awardees. Actual work is awarded through the issuance of task orders. Multiple awardees generally compete for task orders. 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, specifications and drawings or with the set of master specifications issued with the successful offeror�s Task Order Contract. The magnitude of the individual task orders will be between $2,000.00 and $5,000,000.00. The ceiling for the MATOC shall not exceed $45,000,000.00 which includes the combined total of all individual task orders placed against it by all contractors. Primary NAICS is 236220 and secondary is 237990. Small business size standard is $45,000,000 average annual revenue for the previous three years. All interested concerns will provide this office, in writing, a notice stating their positive intent to submit a proposal as a prime contractor no later than 25 September 2023. This notification, which shall not exceed five typewritten pages, must include: (1) positive statement of intent to submit a proposal as a prime contractor, and (2) a completed and signed Sources Sought Information Request Form (posted with this announcement) and (3) A listing of projects completed during the past three years, both for government and private industry. The project name, type of project, dollar value, Contract number, location and Point of Contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor. 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 may be advertised as unrestricted. Information shall be provided via email to robert.j.glanowski.civ@army.mil. Include the following in the subject line � Sources Sought W911YN-24-R-0002.� No facsimile responses will be honored.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/71891ecfa8c44c16a44974838b3791fd/view)
- Place of Performance
- Address: Saint Augustine, FL 32084, USA
- Zip Code: 32084
- Country: USA
- Zip Code: 32084
- Record
- SN06828728-F 20230914/230912230110 (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 |