FY24 Multiple Award Task Order Contract (MATOC)
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)
- Original Published Date: Oct 11, 2023 01:10 pm PDT
- Original Response Date: Oct 27, 2023 02:00 pm PDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Nov 11, 2023
- Initiative:
- None
Classification
- Original Set Aside: 8(a) Set-Aside (FAR 19.8)
- Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Fairchild AFB , WA 99011USA
Description
General Information
Document Type: Pre-Solicitation Synopsis
Solicitation Number: FA462024R0001
Classification Code: Z – Repair or Alteration of Miscellaneous Buildings
NAICS Code: 236220 -- Commercial and Institutional Building Construction
Contracting Office Address
Department of the Air Force, Air Mobility Command, 92d Contracting Squadron, 110 W Ent St, Fairchild AFB, Washington 99011-8568
Description
Description of Work: This is a synopsis for a Multiple Award Task Order Contract (MATOC) at Fairchild AFB WA. This acquisition will provide indefinite delivery-indefinite quantity (IDIQ) and design-build (D-B) construction efforts at Fairchild AFB, Washington. The MATOC will consist of multiple disciplines in general construction categories and execute a broad range of maintenance, repair, minor and/or new construction. The contractor shall provide all materials, equipment, labor, and general conditions to accomplish design, maintenance, repair, and minor construction projects in an expeditious manner. The work may include facility upgrades, utility work, airfield pavement, roads, roofs and other assorted repair and maintenance projects. The construction work includes tasks in various trades such as carpentry, asbestos abatement/removal, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Locations of work will be at Fairchild AFB WA and other associated sites outside the base proper. Work to be performed under the MATOC will be within the North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction size standard $45.0M. Each contract awarded will contain one (1) ordering period for five (5) years. Subsequent task orders will identify specific requirements for each project. Individual task orders may range from approximately $500,000.00- $1,000,000.00. The program value to include all five (5) contracts and subsequent task orders is Not-to-Exceed $35M over a five (5) year ordering period. This acquisition is an 8(a) Small Business Set-Aside.
A pre-proposal conference/site visit will be held per Section L, FAR 52.236-27 and Paragraph 1.3 as stated in the solicitation, to include a site visit for the seed project. All prospective offerors are highly encouraged to attend this conference. Offerors are encouraged to submit all questions and requests for clarifications no less than seven (7) days prior to the RFP closing date. The decision whether to respond to questions and requests for clarification made less than seven (7) days prior to the RFP closing shall be at the sole discretion of the contracting officer.
Evaluation: Each offeror's proposal will be evaluated in strict accordance Section M of the RFP. The basis for award is to be subjective Tradeoff without technical factors. Past Performance will be considered approximately equal in importance to Price. The Request for Proposal (RFP) will include a seed project. The seed project is a 35% stamped design-build project and will be used for price evaluation purposes only. The magnitude of the seed project is between $500,000 and $1,000,000. The offeror's proposal must convey to the Government that the offeror possesses sufficient past performance experience for relevant construction projects exceeding $500K. Also, all offeror’s shall indicate bonding capability of at least $10M. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if the Contracting Officer deems discussions are in the Government’s best interest.
If the lowest priced offer is determined to have a “Substantial Confidence” performance rating and is determined to be responsible, then the lowest priced offer represents the best value for the Government and will be awarded the Seed Project subject to the availability of funds. A MATOC contract award shall be made to that offeror.
The Government reserves the right to award a basic contract to other than the lowest priced offeror. In that event the award will not be made to the lowest priced offeror, the Source Selection Authority (SSA) shall make an integrated assessment best value award decision, considering price and past performance for award of the basic contract, and the seed project, contingent on availability of funds. The integrated assessment will be a subjective tradeoff with price being considered approximately equal to past performance.
Additional MATOC awards will be determined by the same criteria used to determine award of the seed project. If the next lowest priced offer is determined to have a “Substantial Confidence” performance rating and is determined to be responsible, a subsequent MATOC award will be made. This process will continue until a total of up to five (5) MATOC contracts are awarded or until a proposal is determined to have a performance rating of “Satisfactory Confidence” or lower. At that time, the SSA will perform an integrated assessment best value decision based on the final rankings of the highest rated proposals from the SSA’s integrated assessment.
Award: The Government anticipates awarding up to five (5) Firm-Fixed Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contracts. In addition, all contractors receiving an award will receive a $500.00 task order for the MATOC Orientation-Partnership Seminar to satisfy the contract minimum requirement. The Contractor’s participation in this seminar, held at Fairchild AFB and is mandatory. Future individual task order requirements will be competed among the awardees in accordance with the solicitation and contract provisions. In the event this RFP results in only one award, the awardee shall proceed to construct the project described in this RFP, as the seed project as required by the terms of the resulting contract subject to the availability of funds.
The Government reserves the right to cancel this RFP either before or after the closing date.
The RFP will be posted on the System for Award Management (SAM) at http://www.sam.gov on or about 27 October 2023 and close on or about 28 November 2023. The anticipated award date is 10 January 2024. This is an all-electronic solicitation release. Hard copies are not available. The Government will post amendments to the solicitation to the Electronic Posting System (EPS) at http://sam.gov/. It is the responsibility of each offeror to review the web page for notice of amendments, updates or changes to current information. Prospective contractors must be registered in the System for Award Management (SAM) database before award of a Government contract. Failure to register in the SAM database may cause your firm to be ineligible for award.
Current Point of Contact
Heather D. Rogers, Contracting Officer
Phone: 509-247-4871
Email: heather.rogers.9@us.af.mil
Attachments/Links
Contact Information
Contracting Office Address
- AF BPN NO MILSBILLS PROCESSES 110 W ENT ST SUITE 200
- FAIRCHILD AFB , WA 99011-9403
- USA
Primary Point of Contact
- Heather Rogers
- heather.rogers.9@us.af.mil
- Phone Number 5092474871
Secondary Point of Contact
- Tuyen Nguyen
- tuyen.nguyen.2@us.af.mil
- Phone Number 5092472072
History
- Nov 11, 2023 08:55 pm PSTPresolicitation (Original)
- Oct 27, 2023 12:34 pm PDTSolicitation (Original)
- Mar 07, 2023 08:59 pm PSTSources Sought (Original)