Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOLICITATION NOTICE

Z -- Fort Sill MATOC

Notice Date
1/24/2023 11:49:42 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W6QM MICC-FT SILL FORT SILL OK 73503-0501 USA
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-23-R-0001
 
Response Due
2/1/2023 2:00:00 PM
 
Point of Contact
Austin Turner, Phone: (580)442-0199, Martha S. Livsey, Phone: (580)442-3514
 
E-Mail Address
austin.b.turner10.civ@army.mil, martha.s.livsey.civ@army.mil
(austin.b.turner10.civ@army.mil, martha.s.livsey.civ@army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The Mission and Installation Contracting Command (MICC) Fort Sill, has a requirement from the Directorate of Public Works (DPW) for a Multiple Award Indefinite-Delivery-Indefinite-Quantity (MAID/IQ) construction contract.� The MAID/IQ is a contract whose requirements are competed among a pool of awardees based on work defined in individual Task Orders (TOs).� Work may consist of multiple disciplines in general construction categories for execution of a broad range of maintenance, repair, rehabilitation work and minor new construction project affecting real property at Fort Sill and its facilities. The Government shall not exercise any supervision or control over the contract service providers performing the services herein.� Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The contractor shall furnish all personnel, labor, equipment, materials, facilities, transportation, drafting services, tools, testing services, supervision, and other items and non-personal services necessary to accomplish a broad range of repair, alteration, rehabilitation work and minor new construction services as defined in a Statement of work and any resultant task order issued except for those items specified as government furnished property and services.� North American Industrial Classification System (NAICS) Code 236220 is applicable to this acquisition. The applicable size standard is $45 million. The Government will be limiting competition to eligible 8(a) participants under an Invitation for Bid (IFB) using procedures outlined in the Federal Acquisition Regulation (FAR) Part 14.� It is anticipated the resultant contract will consist of one base period of performance (1 May 2023 through 30 April 2024 or date of award) and four - one year option periods of performance. �There is no guarantee that any option period of performance will be exercised. It is anticipated that this requirement will be awarded as a firm fixed price type contract. It is anticipated that up to five (5) awards will be made from this single solicitation.� The maximum contact ceiling value is estimated at $48M over five years (base and all option) (for all awards, not each awardee). � IFB estimated date of issue is on or about 13 February 2023. Bids will be due on or about 15 March 2023. � A seed project will be issued with the solicitation. Site visit information will be posted with the IFB. Pursuant to FAR 4.1102, prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract. Contractors may obtain further information on SAM registration at the following website: http://www.sam.gov/ . This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. Any questions may be directed to Martha Livsey (Contracting Officer) at martha.s.livsey.civ@army.mil or Austin Turner (Contract Specialist) at austin.b.turner10.civ@army.mil. The entire solicitation package will be made available on the beta.sam.gov website. Request for copies of the solicitation package by any other means will not be honored. Potential offerors are responsible for monitoring the beta.sam.gov website for the release of the solicitation package or subsequent solicitation amendments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8db10ba348c84be5a4db61e898bda4a3/view)
 
Place of Performance
Address: Fort Sill, OK 73503, USA
Zip Code: 73503
Country: USA
 
Record
SN06571760-F 20230126/230124230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.