Single Award IDIQ Task Order Contract for Construction at NBAF
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: Sources Sought (Updated)
- Updated Published Date: Mar 06, 2023 03:22 pm CST
- Original Published Date: Mar 06, 2023 03:22 pm CST
- Updated Response Date: Mar 20, 2023 09:00 am CDT
- Original Response Date: Mar 20, 2023 09:00 am CDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
SOURCES SOUGHT FOR SINGLE AWARD INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) AGRICULTURAL TASK ORDER CONTRACT (ATOC) CONSTRUCTION FOR:
Facilities Division, National Bio-Agro Defense Facility (NBAF), Manhattan, KS
PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY.
The information received will be used within Facilities Division, NBAF, to facilitate the decision-making process and will not be disclosed outside of the organization. This announcement is not a request for proposals, but a survey of the market for potential sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation.
Facilities Division, NBAF is seeking all socio-economic small businesses with current relevant experience, personnel, and capability to perform a single award indefinite quantity ATOC for numerous minor construction, addition, renovation, alteration and/or repair projects. The USDA is specifically looking for single firm that can manage and execute this ATOC.
The task orders to be awarded under this contract will be for miscellaneous work at various buildings located within the NBAF footprint, located at 1980 Dennison Avenue, Manhattan, KS. The North American Industry Classification System (NAICS) code is 236220 (Commercial and Institutional Building Construction), with a corresponding Small Business Size Standard of $45.0 million. The proposed contract will be for one (1) base year with four (1) one-year renewable options, resulting in the contract performance period of maximum five (5) years. The estimated contract minimum guarantee is $100,000.00, with an estimated maximum of $45,000,000.00 for the entire five (5) year period. The anticipated Task Orders are estimated to range from $50,000 to $1,000,000.
Interested sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF).
- Contractor Information: Provide your firm's contact information.
- Identify all socio-economic categories that apply to your company.
-Small Business
-Veteran-Owned Small Business
-Service-Disabled Veteran-Owned Small Business
-HUBZone Small Business
-Small Disadvantage Business (8a)
-Woman-Owned Small Business
Results of the sources sought will determine the set aside used for this procurement.
- Bonding Capacity: Provide your surety's name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity.
- Experience: Submit a maximum of five (5) government or commercial contracts/projects your firm has completed in the last five (5) years demonstrating your experience in construction, addition, renovation, alteration and repair of various types of commercial, nonresidential buildings, cost range of $50,000 and $1,000,000.
- Demonstrate your firm’s capability to handle and execute this IDIQ as the single award holder. The USDA needs to verify one single firm that can manage the ATOC program.
For each of the contracts/projects submitted for experience, provide the title; location; whether prime or subcontractor work; award and completion dates; contract or subcontract value; type of work; type of contract; a narrative description of the services provided by your firm; and customer information including point of contact, phone number, and email address.
Responses to this sources sought synopsis should be emailed directly to David Reynolds, email david.reynolds2@usda.gov. Responses need to be emailed no later than March 20, 2023, no later than 9:00 am, CST. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered.
Attachments/Links
Contact Information
Contracting Office Address
- 2150 CENTRE AVENUE BLDG D, SUITE 300
- FORT COLLINS , CO 80526
- USA
Primary Point of Contact
- David Reynolds
- david.reynolds2@usda.gov
Secondary Point of Contact
History
- Apr 04, 2023 10:59 pm CDTSources Sought (Updated)
- Mar 06, 2023 03:22 pm CSTSources Sought (Updated)
- Mar 06, 2023 03:22 pm CSTSources Sought (Original)