Multiple Award Task Order Contract (MATOC) Mechanical HVAC/Mechanical Maintenance, Repair and Minor Construction Work
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: Sources Sought (Original)
- Original Published Date: Jul 19, 2022 09:00 am PDT
- Original Response Date: Jul 29, 2022 03:00 pm PDT
- Inactive Policy: Manual
- Original Inactive Date: Jul 29, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
- NAICS Code:
- 23822 - Plumbing, Heating, and Air-Conditioning Contractors
- Place of Performance: Joint Base Lewis McChord , WAUSA
Description
THIS IS A Sources Sought Notice ONLY. The Mission & Installation Contracting Command office at Joint Base Lewis-McChord (JBLM), Washington intends to award a Multi-Award Task Order Contract (MATOC) contract primarily to provide a broad range of HVAC/mechanical maintenance, repair and minor construction work on real property at JBLM with a magnitude between $15,000,000 and $25,000,000 to include a one-year base period and four (4) one-year option periods. This work is to be performed under NAICS 238220 -- Plumbing, Heating, and Air-Conditioning Contractors, with a business size standard of $16,500,000. The limitations for each task order will range from $2,000 to $500,000; however, most will likely be less than $300,000.
The U.S. Government desires to procure these services on a Small Business Set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. No set-aside decision has been made. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. The U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. All prospective Contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.
This Sources Sought notice is being issued to solicit responses from those small business firms who have self-performed relevant work, have the capability to perform this type of work in-house, and would likely respond to the resultant solicitation. In response to this sources sought, please provide the following information:
a. Company Name, CAGE Code, DUNS Number, Address, and Point of Contact's name, current phone number (with area code) and complete email address.
b. Approximate annual gross revenue
c. Small business status (Small Business, HUBZone Small Business, Service Disabled Veteran-Owned Small Business (SDVOSB), 8(a) Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business)
d. Firm's bonding capabilities both for a single project and aggregate.
e. NAICS code(s) for which your company performs under Government contracts, if any. State primary NAICS code.
f. Number of in-house plumbers, pipe fitters, sheet metal workers, & electricians
g. If you are an 8(a) Small Business, please include your supporting office
For the requirements outlined below indicate: (1) whether or not your firm has successfully performed this work in the recent past; and (2) whether or not the work was performed in-house or sub-contracted. Detailed responses or lengthy narratives are not required or desired.
i. Replacement, installation, repair, and service of the following:
• HVAC and Mechanical systems & control systems
• DDC upgrades
• Piping
• Exhaust and supply fans
• Hot water tanks
ii. Experience in Mechanical work to include:
• Installation and repair of ductwork
• Plumbing repairs that may include upgrades to potable water and waste water systems
• Testing, adjusting and balancing of mechanical systems (TAB)
iii. Experience in Commissioning of:
• Buildings
• Individual components
• Fire suppression systems
• Mechanical equipment
iv. Experience with the installation, programming, trouble-shooting, and maintenance to include upgrades of Tridium N4 software
h. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
i. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
The following narrative outlines the work necessary for this requirement:
If awarded a contract, a contractor will support the Directorate of Public Works (DPW) serving JBLM. The intent is to provide a means for the Government to solicit and award projects, mainly lower dollar mechanical services, with as little lead time as possible. The successful contractor shall attend site visits with as little as 24-hours' notice and may be expected to respond to a request for proposal in less than seven (7) calendar days.
Associated/incidental carpentry, painting, fencing, demolition, asbestos and lead abatement, and environmental clean-up may be required with the mechanical task orders. Specific trades that will be required under this suite of contracts will include plumbers, pipe fitters, sheet metal workers, and electricians. The work will be comprised of approximately 85% construction and repair and 15% services over the duration of the contract.
Information provided to the Government, as a result of this notice, is strictly voluntary and provided at no cost to the Government. The Government is under no obligation to consider information received after the stated end date of this notice as part of the formal market research effort for this acquisition.
Point of contact is Mr. Renaldo Valentine, Contract Specialist, at renaldo.j.valentine.civ@army.mil. Responses shall be submitted to Mr. Valentine only via email. Responders are advised to limit file sizes to 5 MB per document. Responses must be received no later than 3:00 PM (Pacific Daylight Time) on Friday, 28 July 2022.
Attachments/Links
Contact Information
Contracting Office Address
- DIRECTORATE OF CONTRACTING BLDG 2015 4TH ST BOX 339500 MS 19
- JOINT BASE LEWIS MCCH , WA 98433-9500
- USA
Primary Point of Contact
- Renaldo Valentine
- renaldo.j.valentine.civ@army.mil
- Phone Number 2539821082
Secondary Point of Contact
History
- Dec 23, 2022 09:31 am PSTSolicitation (Original)
- Jul 29, 2022 08:55 pm PDTSources Sought (Original)