Skip to main content

An official website of the United States government

You have 2 new alerts

Florida Construction MATOC

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Original)
  • Original Published Date: Jan 23, 2024 11:11 am EST
  • Original Date Offers Due: Feb 22, 2024 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 08, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    FL
    USA

Description

MATOC – Small Business Set-aside
NAICS Code: 236220 - Commercial and Institutional Building Construction
The Florida National Guard issues a Request for Proposal (RFP) for Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for maintenance, repair, and construction primarily at Air National Guard Base in Jacksonville, FL, Camp Blanding Joint Training Center in Starke, FL, MacDill Air Force Base in Tampa, FL and Cape Canaveral Air Force Station in Cape Canaveral, FL. Typical work includes, but may not be 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 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 $5 million.

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 individual MATOC contracts to all qualified offerors. All responsible firms may submit an offer. These 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 individual task orders placed against the total MATOC program shall not exceed $45,000,000.

A Pre-proposal conference and site visit is scheduled for Thursday, 8 February 2024. Details for registering for the conference are available in the solicitation (attached). Interested contractors are encouraged to attend and should register in accordance with the requirements in the solicitation prior to attending for clearance to the facility. 

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 Corporate Experience, Past Performance and Bonding Capacity. 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 darrin.j.weaver.mil@army.mil.
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: The official plans and specifications are located on the official Government webpage 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.

Contact Information

Contracting Office Address

  • KO FOR FLARNG DO NOT DELETE PO BOX 1008
  • ST AUGUSTINE , FL 32085-1008
  • USA

Primary Point of Contact

Secondary Point of Contact

History