Y--NPS-National Capital Region Construction MATOC
NPS-National Capital Region Construction MATOC/IDIQ PRE-SOLICITATION NOTICE The National Capital Region (NCR), National Park Service (NPS), Department of Interior (DOI) anticipates issuing a solicitat... NPS-National Capital Region Construction MATOC/IDIQ PRE-SOLICITATION NOTICE The National Capital Region (NCR), National Park Service (NPS), Department of Interior (DOI) anticipates issuing a solicitation for the evaluation and potential award of a Multiple Award Task Order (MATOC) Indefinite Quantity /Indefinite Delivery (IDIQ) contract using the methods found under FAR PART 15- Contracting by Negotiation, for Construction Type Services as described in FAR Part 36. This is a pre-solicitation notice only and does not constitute a solicitation. Accordingly, no response is due at this time, nor will any questions of a technical or contractual nature be answered. It is anticipated that the solicitation will be issued on or around June 5, 2023. The entire solicitation package, including all attachments, will be available electronically at www.sam.gov under contract opportunities. Paper copies of this solicitation will be not made available by the Contracting Office but can be downloaded from the attachments section by interested vendors and parties. The solicitation will be issued as a Request for Proposal (RFP) IAW FAR Part 15-Contracting by Negotiation, and the solicitation after this announcement may be canceled at any time. Specific instructions on submitting responses, titled Instructions to Offerors, will be contained in the solicitation documents when subsequently released. Three initial individual seed projects will be included in the solicitation and awarded as initial Task Orders (TO) from the MATOC contract. Seed Projects Magnitudes of Construction, Scopes of Works, and drawings will be released with the solicitation. Dates, times, and locations for site visits for those individual seed projects will be specified in the solicitation. GENERAL DESCRIPTION: Contractor shall provide all labor, materials, supplies, equipment, transportation, supervision, ancillary services, and all other necessary items for the completion of the project and perform all work in complete compliance with all scopes of work descriptions, plans, drawings, and specifications issued or directed through individual awarded Task Order (TO). NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE: 236220 SMALL BUSINESS SIZE STANDARD: $39,500,000.00 PRODUCT SERVICE CODE (PSC): Z2JZ, Maintenance of Miscellaneous Buildings. SET ASIDE: This Requirement will be solicited as a 100% Total Small Business Set Aside. Offer received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. TYPE OF CONTACT: Multiple Award, Indefinite-Delivery Indefinite-Quantity (ID/IQ) contract with Firm-Fixed Price (FFP) Task Orders is anticipated in accordance with FAR Part 36.207. ESTIMATED CONTRACT VALUE: The estimated to total MATOC contract value is 49,999,000.00. The minimum and maximum values for a single task order are $2,000 and $5,000,000 respectively. The maximum value for all task order awards under awarded under the solicitation will not exceed $49,999,000.00 million over the life of the contract. The minimum guaranteed order for each contract is one (1) task order valued at $2,000. The overall ceiling amount for all contracts is $49,999,000.00 million. MAGNITUDE OF CONSTRUCTION: IAW with FAR Part 36.203, subsequent solicitation release will contain three seed projects and the individual magnitude of construction for each project. PLACE OF PERFORMANCE: Location for all services under this MATOC will be in the Region 1 NCR units found in the National Capital Area of the National Park Service in the states of Virginia, West Virginia, Maryland, and the District of Columbia. PERIOD OF PERFORMANCE: The MATOC/IDIQ contract performance and subsequent Task Order (TO) ordering period will be two years from contract award. CONSTRUCTION WAGE REQUIREMENTS: IAW 40 U.S.C. Chapter 31, subchapter IV and FAR Part 22.403-1 : Wage Rate Requirements (Construction) statute formerly known as the Davis-Bacon Act, provides that contracts in excess of $2,000 to which the United States or the District of Columbia is a party for construction, alteration, or repair (including painting and decorating) of public buildings or public works within the United States, shall apply during the duration of this MATOC and on every subsequent issued Task Order. Seed projects for this MATOC will contain the most current applicable DOL Wage Determinations. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a UEI (Unique Entity Identifier) number and an active registration in SAM, System for Award Management (www.sam.gov) at time of award. SCOPE OF WORK: General construction services, to include but not be limited to: construction services to repair or rehabilitate historic and non-historic structures in addition to a minimum amount of new construction for project types inclusion of Site Utilities (water, sewer, gas, electric, communications), Site Improvements (trail, fence, grading, concrete work, landscaping), Water & Wastewater, Roadway (bike, roadway, signage, striping), Fire & Safety, Building exterior, Building interior, HVAC, Electrical, Plumbing (MEP), Sustainability (energy efficiency, renewables).The project examples are to include: renovations of historic and non-historic maintenance shops, visitor centers, fee stations, and other buildings; upgrades to electrical, water and sewer systems and facilities; rehabilitation and installation of fire suppression systems and safety systems; parking lot and road paving, HVAC replacement; roof replacement; and water, sewer and gas tank construction. Common trades which may be needed include carpentry, plumbing, electrical, general labor, general grading, mechanical, power equipment operations, heavy equipment, concrete work, asphalt and paving, roofing, painters, energy systems, renewable energy system, control systems, operation & maintenance work, remediation and abatement services, demolition services and/or any trades identified in the Construction Wage (Davis-Bacon) Determination and other trades common to the construction and service industries for facilities, infrastructure, roads and site work. Contractor may be required to obtain all necessary permits, develop fire/erosion control/management/safety type plan(s), coordinate with private utilities providers, negotiate with State & local officials, and special consideration planning as defined at the Task Order. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quote preparation costs.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »