SOURCES SOUGHT
Z -- General Construction MATOC
- Notice Date
- 8/29/2024 10:15:23 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USDA ARS PA AAO ACQ/PER PROP FORT COLLINS CO 80526 USA
- ZIP Code
- 80526
- Solicitation Number
- 12805B25RMATOC
- Response Due
- 9/15/2024 3:00:00 PM
- Archive Date
- 09/30/2024
- Point of Contact
- Kelly Wright
- E-Mail Address
-
kelly.wright@usda.gov
(kelly.wright@usda.gov)
- Description
- SOURCES SOUGHT FOR MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR: United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Plains Area� � PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT.� THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH. The information received will be used within USDA-ARS to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is not a request for proposals, but a survey of the market for potential sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. � USDA-ARS is seeking SBA Small Businesses with current relevant experience, personnel, and capability to compete for task orders under a Multiple Award Task Order Contract (MATOC) for numerous General Construction (GC) renovation, minor new construction, alteration and/or repair projects for ARS locations in the Plains Area (see attached Map).� Locations include: Akron, CO, Fort Collins, CO, Miles City, MT, Sidney, MT, Brookings, SD, Clay Center, NB, Lincoln, NB, Fargo, ND, Grand Forks, ND, Mandan, ND, El Reno, OK, Las Cruces, NM, Manhattan, KS, Stillwater, OK, Woodward, OK, Bushland TX, College Station, TX, Houston, TX, Kerrville, TX, Lubbock, TX, and Temple, TX.� Contractor will be required to perform numerous projects simultaneously throughout the region. The task orders to be awarded under this contract will be for general construction work at various buildings within the North American Industry Classification System (NAICS) code is 236220 (Commercial and Institutional Building Construction), with a corresponding Small Business Size Standard of $45 million. The proposed MATOC contracts will be for one (1) five-year ordering period for a total of sixty (60) months. The estimated contract minimum guarantee is $2,000.00 with an estimated overall contract maximum of $45,000,000.� The anticipated Task Orders are estimated to range from $2,000 to $3,000,000.00. Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF), Microsoft Word or Microsoft Excel. 1.Contractor Information: Provide your firm's contact information, SAM.gov Unique Entity Identifier (UEI), CAGE Code, and federal tax identification number. 2. Identify type of Small Business (Veteran Owned, Woman Owned, 8a, etc). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3. Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4. Experience: Submit a maximum of 5 government contracts/projects your firm has completed as a prime contractor in the last 5 years demonstrating your experience in general construction, renovation, alteration and/or repair projects work within the cost range of $2,000 and $3,000,000. Please ensure to include the available capability to perform numerous projects simultaneously throughout the region. For each of the contracts/projects submitted for experience, provide the title; location; prime contractor assurance; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the services provided by your firm; and customer information including point of contact, phone number, and email address. Responses to this sources sought synopsis should be forwarded to the attention of� Mr. Kelly Wright, please email your response to kelly.wright@usda.gov. One copy of the submittal package is due no later than September 15, 2024.� All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b1669f26f5de46a5beaf6c6702c4f7de/view)
- Record
- SN07192829-F 20240831/240829230126 (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 |