MATOC Construction of Tennessee

Agency:
State: Tennessee
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159592103456697
Posted Date: Feb 1, 2024
Due Date: Feb 10, 2024
Source: Members Only
Follow
MATOC Construction of Tennessee
Active
Contract Opportunity
Notice ID
W912L724R0002
Related Notice
W912L724R0002
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N1 USPFO ACTIVITY TN ARNG
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 01, 2024 02:22 pm CST
  • Original Response Date: Feb 10, 2024 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    TN
    USA
Description

MATOC – Small Business Set-aside



NAICS Code: 236220 - Commercial and Institutional Building Construction



The Tennessee National Guard intends to issue a Request for Proposal (RFP) for Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for maintenance, repair, and construction in Tennessee. Typical work includes, but may not be limited to: Construction of buildings, alteration of buildings, construction of wash rack, repair of building, roofing, generator installation/removal, pavement, storm water, sanitary sewer, fencing,asphalt, heating and air, etc.



All work will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. It should be noted that the majority of task orders under these contracts will be for sustainment, repair and maintenance (SRM) projects under $3 Million. Above $3 million on special circumstances with approval.



The North American Industry Classification System (NAICS) code for the solicitation is 236220 with a small business size standard of $45,000,000. This is a total small business set-aside. The government intends to award up to twelve (12) individual MATOC contracts, provided sufficient qualified contractors present offers. All responsible firms may submit an offer. These anticipated contracts will consist of a five calendar year ordering period. Task Orders will generally range from $2,000 to $5,000,000. The total of all individual task orders for one contractor placed against each MATOC award shall not exceed $10,000,000.



A Pre-proposal conference and site visit is scheduled for on-or-about TBD. Details for registering for the conference will be available in the solicitation. Interested contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. It is anticipated that the solicitation will be available on-or-about TBD. The solicitation closing date is tentatively planned for on-or-about TBD. Actual dates and times will be identified in the solicitation.



The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov.



The source selection process will be conducted in accordance with the Source Selection Procedures described in FAR 15.3, DFARS 215.3, and AFARS 5115.3. Evaluation factors include Technical Capability, Past Performance and Price. The Government intends to award contracts without conducting discussions.



Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration).



This solicitation is not an invitation for bids and there will not be a formal public bid opening. All inquiries must be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to email your questions to teresa.a.baxter.civ@army.mil (Contracting Officer) and Sinamar.b.benauro.civ@army.mil (Contract Specialist).



Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states “By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 85 percent subcontract amount that cannot be exceeded”.



In accordance with FAR 36.211(b), the following information is provided:




  1. The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204.

  2. Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available, but will be compiled and provided in future announcements.



DISCLAIMER: Any official plans and specifications will be located on the official Government webpage with the solicitation and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.




Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR TNARNG DO NOT DELETE 3041 SIDCO DRIVE ROOM 116
  • NASHVILLE , TN 37204-1502
  • 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 >