

Wisconsin National Guard MATOC for Construction
Process Number W912J2-22-R-0001

Dates:
W912J2-22-R-0001
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:W7N8 USPFO ACTIVITY WI ARNG
Office:W7N8 USPFO ACTIVITY WI ARNG
General Information:
(utc-06:00) central standard time, chicago, usa
Updated Published Date:(utc-06:00) central standard time, chicago, usa
Original Published Date:0000-00-00 00:00:00
Original Response Date:nov 24, 2021 12:00 pm cst
Inactive Policy:15 days after response date
Original Inactive Date:dec 09, 2021
Initiative:- None***--***
Classification:
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
Description:
The purpose of this synopsis is to gain knowledge of potential sources for this program including interested Small Business sources. This notice is for planning purposes only. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. All interested parties should respond. The Wisconsin National Guard intends to issue solicitation W912J2-22-R-0001 for Construction Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for maintenance, repair, construction and design-build services in support of the National Guard activities throughout the State of Wisconsin. Primary locations will be General Mitchell International Airport, Milwaukee, WI; Truax Field ANGB, Madison, WI; Volk Field ANGB, Camp Douglas, WI. These will be multi-disciplined contracts consisting of a five calendar year ordering period. Individual projects/task orders placed against this contract shall not exceed $5M. The total of individual task orders placed against a contract shall not exceed $20M over the five year base period. This program falls under NAICS Codes: 236220 and 237990, $39.5M is the small business size standard. The Government’s intent is to award a minimum of two, no greater than five contracts to offerors that are responsible and that submit proposals that are acceptable and reasonable. At the task order level, the contracting officer may set-aside an individual task order for other socio-economic programs. Solicitation and all information, notices, and amendments for this solicitation will be posted at https://SAM.gov. All interested concerns will provide this office, in writing, a notice stating their positive intent to submit a proposal as a prime contractor no later than 24 November, 4:00PM CST. This notification, which shall not exceed five typewritten pages, must include: (1) positive statement of intent to bid as a prime contractor, and (2) a completed and signed Sources Sought Response Form and (3) a listing of projects completed during the past six years, both for government and private industry. The type of project, dollar value, contract number, location, and point of contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor. (4) a brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. In the event adequate Small Business contractors are not available for adequate competition, this program may be advertised as unrestricted. Responses shall be provided via email to: Zachary.r.tevis.mil@mail.mil. Include the following in the subject line: Sources Sought W912J2-22-R-0001. No facsimile responses will be honored.
Attachments / Links:
Document | Size | Updated date | Download |
---|
Contact Information:
KO FOR WIARNG DO NOT DELETE 1 WILLIAMS STREET
CAMP DOUGLAS , WI 54618-5002
USA
Primary Point of Contacts:Zachary R. Tevis