Iowa Bids > Bid Detail

Iowa Construction MATOC

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159929851486176
Posted Date: Dec 21, 2022
Due Date:
Solicitation No: W912LP23R0001
Source: https://sam.gov/opp/5bf1382e3c...
Follow
Iowa Construction MATOC
Active
Contract Opportunity
Notice ID
W912LP23R0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7M8 USPFO ACTIVITY IA ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 20, 2022 07:44 pm EST
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2AZ - REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Des Moines , IA 50301
    USA
Description

The USPFO for Iowa intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction, and design-build services in support of the National Guard activities in the State of Iowa. The primary purpose of the MATOC is to support the Iowa Air National Guard Bases located at the Des Moines International Airport in Des Moines, Iowa; the Sioux Gateway Airport in Sioux City, Iowa; and the Fort Dodge Air Station in Fort Dodge, Iowa. The MATOC may also support the Iowa Army National Guard at Camp Dodge Joint Maneuver Training Center in Johnston, Iowa, or other Army National Guard facilities within the State of Iowa.





Typical work may include, but is not limited to, interior and exterior renovations; heating and air conditioning; heating, ventilation, and air conditioning (HVAC) controls; plumbing; fire suppression; interior and exterior electrical and lighting; fire and intrusion alarms; communications; limited utility work; site work; landscaping; fencing; masonry; roofing; concrete; asphalt paving; storm drainage; limited environmental remediation; construction of new facilities; design-build and other related work. All work will be in accordance with master specifications, and specifications and drawings provided for individual projects. Contractors may be required to respond within 120 minutes (two hours) in response to emergencies, via their main office or a staffed satellite office.





The primary North American Industry Classification System (NAICS) code for the MATOCs will be 236220, Commercial and Institutional Building Construction. The small business size standard is $39.5 million average annual revenue for the previous three years. The solicitation will be set-aside 100% for small business. The Government intends to award a MATOC IDIQ to all qualifying offerors. All responsible firms may submit an offer. The anticipated contracts will not exceed five calendar years. Task Orders will range from $2,000.00 to $5,000,000.00. The cumulative total of individual task orders placed against these contracts shall not exceed $35,000,000.00.





The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated in accordance with the instructions in Section 00 22 16 of the solicitation. It is anticipated that the solicitation will be available on or about 13 January 2023. Pre-proposal conference dates and times will be identified in the solicitation. Details for registering for the pre-proposal conferences will be provided in the solicitation. Interested contractors are encouraged to attend a pre-proposal conference, and should register prior to attendance, in accordance with the procedures outlined in the solicitation, to ensure clearance to the facilities.





The solicitation, amendments, questions and answers, and all information concerning the solicitation will be posted to the System for Award Management (SAM) at https://sam.gov.





Offerors will be required to submit offers via the Solicitation module of the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil. Interested offerors are encouraged to register for PIEE with the role of “Proposal Manager” well in advance of the proposal due date. Instructions for registration and web-based training for PIEE Modules are available on the web site.





This pre-solicitation notice is not a request for proposals. All questions must be submitted in writing, via email, to the persons specified in the solicitation. Questions and answers will be consolidated and posted to https://sam.gov on a non-attribution basis. If you have questions concerning this procurement you are encouraged to submit them as early as possible, in order to ensure answers can be researched and answered prior to the solicitation due date.





DISCLAIMER: The official government point of entry (GPE) is Contract Opportunities on https://sam.gov and the Government is not liable for information provided by any other source. The solicitation, amendments and associated information will be posted only to https://sam.gov, and no other distribution will be made; therefore, it is the offeror’s responsibility to check the website regularly to ensure receipt of any amendments or other information. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity nor for an offeror’s inability to access documents posted to the referenced web pages. The Government will not issue paper copies.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR IAARNG DO NOT DELETE 7105 NW 70TH AVE
  • JOHNSTON , IA 50131-1824
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 20, 2022 07:44 pm ESTPresolicitation (Original)

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 >