Hawaii Bids > Bid Detail

Construction IDIQ MATOC - Hawaii National Guard

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159460078893055
Posted Date: Mar 2, 2023
Due Date: Mar 17, 2023
Solicitation No: W912J6-23-R-0003
Source: https://sam.gov/opp/e5b43131e8...
Follow
Construction IDIQ MATOC - Hawaii National Guard
Active
Contract Opportunity
Notice ID
W912J6-23-R-0003
Related Notice
W912J6-22-X-0M35
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7M4 USPFO ACTIVITY HI ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Mar 02, 2023 11:19 am HST
  • Original Response Date: Mar 17, 2023 03:00 pm HST
  • 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: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    HI
    USA
Description

This is a Pre-Solicitation Notice, there is no request for proposal or related documents at this time. A Solicitation Notice or Request for Proposal will follow this Pre-Solicitation Notice.



The USPFO for Hawaii intends to issue a Request for Proposal (RFP) for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction, repair, maintenance and design-build services in support of the National Guard activities in the State of Hawaii. Typical work includes, but is not 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, 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 $1 million.



The North American Industry Classification System (NAICS) codes for this work is 236220. The small business size standard is $45.0 million average annual revenue for the previous three years. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The government intends to award a minimum of two (2), no greater than a maximum of ten (10) individual MATOC contracts, providing sufficient qualified contractors present offers. All responsible firms may submit an offer. These anticipated contracts will consist of a five calendar year ordering period. Task Orders will range from $2,000.00 to $5,000,000.00. The total of individual task orders placed against the total MATOC program shall not exceed $40,000,000.00.



The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a prototypical Project. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the prototypical project to be considered for award. The prototypical project will be used to evaluate the price proposal and portions of the technical proposal. It is anticipated that the solicitation will be available around 3 April 2023.



A Pre-proposal conference and site visit is scheduled for 17 April 2023. Details for registering for the conference will be available in the solicitation Section 00100. 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 closing date is scheduled for on-or-about 17 May 2023. Actual dates and times will be identified in the solicitation.



The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov.



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).



The solicitation will not be an invitation for bid 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 MSgt Cezar de Veas at cezar.y.deveas.mil@army.mil and copy Mr. Anthony Reyes at anthony.g.reyes1.civ@army.mil.



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, due to 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.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR HIARNG DO NOT DELETE 4208 DIAMOND HEAD ROAD
  • HONOLULU , HI 96816-4495
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >