Skip to main content

An official website of the United States government

You have 2 new alerts

MN MATOC FY22

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: Apr 06, 2022 10:35 am CDT
  • Original Response Date: Apr 22, 2022 11:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • 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:
    Little Falls , MN 56345
    USA

Description

Document Type: Pre-solicitation Notice

Solicitation Number: W912LM-22-R-1000

Classification Code Y – Construction of Structures and facilities

Set Aside: Small Business

NAICS Code: 236220- Commercial and Institutional Building Construction

The USPFO for Minnesota intends to issue a Request for Proposal (RFP) to for Construction Indefinite Delivery- Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, & construction services at the 148th ANG Base, Duluth, MN and 133rd ANG Base, St. Paul, MN. Typical work includes, but is not be limited to: interior and exterior renovations, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, construction of new facilities, surveys, studies, and other related work. All 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 $1M dollar.

The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $39.5 million average annual revenue for the previous three years. This is a total small business set-aside. The government anticipates award of a minimum of five individual MATOCs, providing sufficient qualified contractors present offers. All responsible firms may submit an offer. These anticipated contracts will not exceed five calendar years. Task Orders will range from $2,000.00 to $5,000,000.00. The total of individual task orders placed against this contract shall not exceed $49,000,000.00 to any one contractor.

The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposal evaluations will be conducted in accordance with the instructions in Section 002216 of the solicitation. It is anticipated that the solicitation will be available on or about 29 April 2022.

A Pre-proposal conference actual dates and times will be identified in the solicitation. 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. The solicitation, all information, amendments and questions concerning this solicitation will be posted to the System for Award Management (SAM) website (sam.gov), formerly FedBizOps (fbo.gov). SAM is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. To register go to sam.gov and access the Contractor Quick Start Guide. Contractors and subcontractors interested in this project must register at this site.

Interested offerors must also be registered in the SAM. To register go to sam.gov. You will need your DUNS number to register. Instructions for registering are on the web page (there is no fee for registration). Please note that due to recent fraudulent activity, the process for fully activating (and updating) a registration at SAM has changed, and now requires the submission of a notarized letter to GSA. See the following link for additional information and the latest updates to this process: https://www.gsa.gov/samupdate.

This pre-solicitation is not a request for proposals. All inquiries must be in writing, preferable 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 drue.l.glaze.mil@mail.mil and michael.d.dixon82.civ@army.mil

DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to sam.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.

Contact Information

Contracting Office Address

  • KO FOR MNARNG DO NOT DELETE 15000 HWY 115 CAMP RIPLEY
  • LITTLE FALLS , MN 56345-4173
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • May 07, 2022 10:56 pm CDTPresolicitation (Original)