SOURCES SOUGHT
Z -- Region 10 AKMATOC (Alaska Multiple Award Task Order Contract)
- Notice Date
- 1/10/2025 3:33:35 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R10 CONSTRUCTION ACQUISITIONS BRANCH Tacoma WA 98401 USA
- ZIP Code
- 98401
- Solicitation Number
- AKMATOC25
- Response Due
- 2/10/2025 3:00:00 PM
- Archive Date
- 03/10/2025
- Point of Contact
- Colleen J. Butler, GSA Contracting Officer, Phone: 5097953872, Savanah Cilk, Phone: 2536786138
- E-Mail Address
-
colleen.butler@gsa.gov, savanah.cilk@gsa.gov
(colleen.butler@gsa.gov, savanah.cilk@gsa.gov)
- Description
- The GSA Northwest/Arctic Region, Public Building Service (PBS Region 10) is planning to solicit for one (1) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction projects in federally owned and leased facilities supported in the Alaskan geographic areas of Region 10. The geographical area includes federal owned and leased locations within the State of Alaska. Firms interested in participating in the solicitation for the GSA Alaska MATOC IDIQ are requested to submit a response to the Sources Sought Notice (SSN) as described below. The responses will help GSA to determine the level of industry interest both by business size status and by socio-economic categories with our industry partners. This information will be used solely for the purposes of determining whether to set aside this opportunity for small business concerns (and if so, whether setting it aside for a specific socio-economic category makes sense). If no responses are received from potentially responsible small business sources, GSA under the FAR part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis. This procurement is anticipated to be assigned to North American Industrial Classification System (NAICS) code 236220, Commercial and Institutional Building Construction. The small business size standard is $45M (million). At this time, this is not a request for offers or proposals. This SSN does not represent a commitment by the Government to issue a solicitation and/or award any contracts. This is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Proposals (RFP). The Government is not obligated to and will not pay for information received as a result of this announcement. Requests for a solicitation will not receive a response. Not providing a response to this notice will not prohibit or exclude a company from participating in any future solicitations. GSA Contractors participating in all Task Order Requests for Proposals (TORFPs), but which have not been awarded a Task Order in the first calendar year, will be eligible to receive the funding for the minimum guarantee beginning in calendar year two (2). The �Order of Magnitude� for task orders is anticipated to range from $10,000 to the GSA current capital reinvestment threshold (�prospectus�), presently $3.5 million. Task Orders may not exceed $5 million per single contract. The average Task Order is expected to have an Order of Magnitude of $10,000 - $350,000. Total contract length will be for five (5) years. Awarded Contractors are expected to compete by participation in task order solicitations. Task Order solicitations will be issued by GSA offices assigned to the Acquisition Division within Region 10. Project delivery includes non-complex construction, design-bid-build, and design-build. Task orders will be issued as Firm Fixed-Price (FFP). Offerors awarded a contract are expected to participate in all TORFPs issued unless capacity would prevent successful project completion. The aggregate contract ceiling for this IDIQ is $70 million dollars. The Government makes no representation as to the number of Task Orders or actual amount of work to be ordered, however, a minimum of $2,500 is established as the minimum guarantee for the placement of the contract. Task Orders per calendar year. Task Order solicitations will adhere to the competitive procedures outlined in FAR 16.5. A draft Scope of Work (SOW) for this SSN is included but is subject to change with resulting solicitation. Information obtained from this notice will be used in the formation of the solicitation and contract requirements, including determinations regarding further restricting competition by available socio-economic categories dependent upon the level of interest, current and forecasted market capacity, and availability of firms capable of performing the projects at the required bonding levels. Please use the link below to access the AKMATOC Interest Response form to provide information that will help GSA shape our new Alaska MATOC IDIQ. All information submitted is subject to verification. Additional information may be requested to substantiate responses. Questions or comments about this notice should be emailed to: colleen.butler@gsa.gov, savanah.cilk@gsa.gov, and tracey.fatilua@gsa.gov no later than February 10, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e5af500b56b24d29a02d425404f8a742/view)
- Place of Performance
- Address: AK, USA
- Country: USA
- Country: USA
- Record
- SN07310118-F 20250112/250110230108 (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 |