Alaska Bids > Bid Detail

GSA PBS Region 10 - Alaska Multiple Award Task Order Contract (Alaska MATOC)

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159559101979762
Posted Date: Mar 22, 2024
Due Date: Apr 19, 2024
Solicitation No: AlaskaMATOC
Source: https://sam.gov/opp/ef1a36e2b7...
Follow
GSA PBS Region 10 - Alaska Multiple Award Task Order Contract (Alaska MATOC)
Active
Contract Opportunity
Notice ID
AlaskaMATOC
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R10 CONSTRUCTION ACQUISITIONS BRANCH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Mar 21, 2024 03:42 pm PDT
  • Original Published Date: Mar 19, 2024 03:43 pm PDT
  • Updated Response Date: Apr 19, 2024 02:00 pm PDT
  • Original Response Date: Apr 19, 2024 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 04, 2024
  • Original Inactive Date: May 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    AK
    USA
Description View Changes

The GSA Northwest/Arctic Region, Public Buildings Service (PBS Region 10) is planning to solicit for one (1) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) (Alaska MATOC) for construction projects in federally owned and leased facilities supported in Alaska. The geographical coverage area is the State of Alaska and includes federal owned and leased locations throughout the state, including but not limited to: Juneau, Ketchikan, Skagway, Haines, Petersburg, Anchorage, Fairbanks, and the Alcan area. GSA may elect to use the Alaska MATOC for facilities located outside of the cities named above, as long as they are in the State of Alaska.



Companies interested in participating in the solicitation for the Alaska MATOC should submit a response to this notice as described below. The responses will help GSA to determine the level of industry interest by socio-economic categories within the small business communities.



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 $39.5M (million).



This is NOT a solicitation. Information submitted to in response to this Sources Sought Notice is strictly voluntary. The Government will not award a contract based on this notice. This notice is a request by the Government to collect information from construction firms for the purpose of market research. Not providing a response to this notice will not prohibit or exclude a company from participating in any future solicitations.



GSA anticipates awarding between 5 and 8 separate contracts resulting from the solicitation. Total contract length will be five (5) years. Awarded contractors are expected to compete by participation in task order solicitations. Fair Opportunity to provide a proposal will be provided to all awardees for all task orders. 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 Task Order Request for Proposals (TORFP’s) issued unless capacity would prevent successful project completion.



The aggregate contract ceiling for this IDIQ is $75 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. Contractors participating in all TORFP’s, but which have not been awarded a TO 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 $50,000 to the GSA current capital reinvestment threshold (“prospectus”), presently $3.613 million. Task Orders may not exceed $5 million per single contract. The average Task Order is expected to have an Order of Magnitude of $150,000 - $500,000 with an estimated volume of 30 Task Orders per calendar year. Task Order solicitations will adhere to the competitive procedures outlined in FAR 16.5.



This contract is subject to affirmative procurement policy which supports and enforces sustainable practices for design and construction in accordance with FAR Part 23.



Proposal submission instructions will be included in the solicitation package and are not provided herewith. Offers submitted in response to the solicitation will be evaluated using the Trade Off Source Selection Process in accordance with FAR 15.101-1.



A draft Scope of Work (SOW) for this procurement is included with this notice. 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.



All responses must be submitted in writing using the google form located here:



https://docs.google.com/forms/d/e/1FAIpQLSd8a8jlAopVUuPFd8Q_QCBuElaSnBB1F5Sp9JL3eFB8aPuXsg/viewform?usp=sharing



Responses must address the following:




  1. Company name and Point of Contact (POC) e-mail address, UEI#

  2. Business Size for NAICS 236220, small or large. In addition to the size, indicate any other Socioeconomic Small Business Set Aside Qualifications as listed in your System for Award Management (SAM) profile, e.g., SBA certified 8(a), HUBZone, SDVOSB, WOSB, and/or EDWOSB concern. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/.

  3. Company’s bonding capability for individual projects and aggregate.

  4. Address whether you would intend to submit a proposal to this anticipated requirement. Address if you could perform in every area of the geographic zone or if there are limits or areas that you would not be able to perform.

  5. Address any other special considerations, recommendations and/or comments.

    The GSA Northwest/Arctic Region, Public Buildings Service (PBS Region 10) is planning to solicit for one (1) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) (Alaska MATOC) for construction projects in federally owned and leased facilities supported in Alaska. The geographical coverage area is the State of Alaska and includes federal owned and leased locations throughout the state, including but not limited to: Juneau, Ketchikan, Skagway, Haines, Petersburg, Anchorage, Fairbanks, and the Alcan area. GSA may elect to use the Alaska MATOC for facilities located outside of the cities named above, as long as they are in the State of Alaska.



    Companies interested in participating in the solicitation for the Alaska MATOC should submit a response to this notice as described below. The responses will help GSA to determine the level of industry interest by socio-economic categories within the small business communities.



    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 $39.5M (million).



    This is NOT a solicitation. Information submitted to in response to this Sources Sought Notice is strictly voluntary. The Government will not award a contract based on this notice. This notice is a request by the Government to collect information from construction firms for the purpose of market research. Not providing a response to this notice will not prohibit or exclude a company from participating in any future solicitations.



    GSA anticipates awarding between 5 and 8 separate contracts resulting from the solicitation. Total contract length will be five (5) years. Awarded contractors are expected to compete by participation in task order solicitations. Fair Opportunity to provide a proposal will be provided to all awardees for all task orders. 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 Task Order Request for Proposals (TORFP’s) issued unless capacity would prevent successful project completion.



    The aggregate contract ceiling for this IDIQ is $75 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. Contractors participating in all TORFP’s, but which have not been awarded a TO 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 $50,000 to the GSA current capital reinvestment threshold (“prospectus”), presently $3.613 million. Task Orders may not exceed $5 million per single contract. The average Task Order is expected to have an Order of Magnitude of $150,000 - $500,000 with an estimated volume of 30 Task Orders per calendar year. Task Order solicitations will adhere to the competitive procedures outlined in FAR 16.5.



    This contract is subject to affirmative procurement policy which supports and enforces sustainable practices for design and construction in accordance with FAR Part 23.



    Proposal submission instructions will be included in the solicitation package and are not provided herewith. Offers submitted in response to the solicitation will be evaluated using the Trade Off Source Selection Process in accordance with FAR 15.101-1.



    A draft Scope of Work (SOW) for this procurement is included with this notice. 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.



    All responses must be submitted in writing using the google form located here:



    https://docs.google.com/forms/d/1W9hiMTJOg9VqfoxoM_q0V8KLbEm7GkvFiEjubd1u8BY/edit



    Responses must address the following:



  6. Company name and Point of Contact (POC) e-mail address, UEI#

  7. Business Size for NAICS 236220, small or large. In addition to the size, indicate any other Socioeconomic Small Business Set Aside Qualifications as listed in your System for Award Management (SAM) profile, e.g., SBA certified 8(a), HUBZone, SDVOSB, WOSB, and/or EDWOSB concern. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/.

  8. Company’s bonding capability for individual projects and aggregate.

  9. Address whether you would intend to submit a proposal to this anticipated requirement. Address if you could perform in every area of the geographic zone or if there are limits or areas that you would not be able to perform.

  10. Address any other special considerations, recommendations and/or comments





Responses requested no latr than 2:00PM on April 19, 2024 (Pacific)


Attachments/Links
Contact Information
Contracting Office Address
  • PBS R10 CONSTRUCTION ACQUISITIONS BRANCH 1301 A Street, Suite 610
  • Tacoma , WA 98401
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >