Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:MATOC12305B
Notice Type: Sources Sought Notice #MATOC12305B SYNOPSIS: The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Northeast Area (NEA) is seeking interest in a Multipl...
Notice Type: Sources Sought Notice #MATOC12305B SYNOPSIS: The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Northeast Area (NEA) is seeking interest in a Multiple Award Task Order Contract (MATOC) for general construction. PURPOSE AND OBJECTIVES: The primary objective of issuing this Sources Sought is to seek information from vendors with the capability of providing construction services throughout the NEA at the locations identified below. NAICS: 236xxx, 237xxx, and 238xxx DESCRIPTION: The Multiple Award Task Order Contract (MATOC) will be a multiple year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide various construction services for multiple projects at multiple locations. All projects will be offered to the MATOC for competitive offers but may be set aside for socio-economic groups within the MATOC. Prime/General contractors will be expected to self-perform the required percentage of labor as required by NAICS (15% or 25%). This will be a Small Business set-aside, multiple award MATOC for up to 5 years (base and option years). The maximum for any one year shall be $5,000,000.00. The Government is planning to have 5 to 9 awards, but may have more depending on geographic limitations. You must be SAM registered and eligible for award. LOCATIONS: • Beltsville, MD – 236 buildings • Boston, MA – 1 building • Franklin-Orno, ME – 9 buildings • Frederick, MD – 16 buildings • Geneva, NY – 15 buildings • Ithaca, NY – 10 buildings • Kearneysville, WV – 7 buildings • Leetown Rd, Kearneysville, WV – 7 buildings • Newark, DE – 9 buildings • University Park, PA – 11 buildings • Washington, DC – 36 buildings/structures • Wyndmoor, PA – 13 buildings • And others in these states. PERIOD of PERFORMANCE Dates are estimated. • Base period: June 2022 to June 2023 • Option Year One: June 2023 to June 2024 • Option Year Two: June 2024 to June 2025 • Option Year Three: June 2025 to June 2026 • Option Year Four: June 2026 to June 2027 NOTE TO OFFERS: If you are an interested vendor, please provide the following information: 1) Business name, DUNS number, and point of contact. 2) Socio-economic status: Small Business, Veteran Owned Small Business; Service-Disabled Veteran Owned Small Business, Woman Owned Small Business, Historically Underutilized Business Zone (HUBZone) Small Business; Small Disadvantaged Business; and/or SBA 8(a). You may be more than one, and if so, please indicated – for these purposes we will assume the SB size standard for NAICS 238xxx of $16.5 million. 3) Geographic area you can service, if all indicate “all NEA” otherwise indicate which of the above locations you are limited to. 4) What trade(s) you self-perform such as: concrete, masonry, metals, wood & plastics, doors & windows, mechanical, plumbing, electrical, site work & paving, and so on. Electronic responses are mandatory. Information provided may be used to develop a solicitation(s). A determination by the Government not to award this proposed contract action, based on this notice, is solely within the discretion of the Government. Questions regarding this notice should be directed to Contract Specialist Jason Robbins, at jason.robbins@usda.gov. Reference the Notice ID number and Title in the “Subject Line” of all correspondences. Responses are due: close of business March 31, 2022. Please email all responses to: Jason Robbins, Contract Specialist: jason.robbins@usda.gov