Pennsylvania Bids > Bid Detail

Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159530055644953
Posted Date: Apr 23, 2024
Due Date: May 7, 2024
Solicitation No: MATOC2026RFI
Source: https://sam.gov/opp/25539a2dcb...
Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
Active
Contract Opportunity
Notice ID
MATOC2026RFI
Related Notice
Department/Ind. Agency
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 23, 2024 03:08 pm EDT
  • Original Response Date: May 07, 2024 03:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Tobyhanna , PA 18466
    USA
Description

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Responses will be treated as information only and will not be used as a proposal. Solicitations are not available at this time.



Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized in the same manner as this notice. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.



The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted.



The Army Contracting Command - Aberdeen Proving Ground (ACC-APG), Tobyhanna Division, is conducting this RFI in order to identify potential small businesses that possess the expertise, capabilities and experience to support an Indefinite Delivery Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC), for real property maintenance, alterations, and repair of minor construction at the installation level for Tobyhanna Army Depot, 11 Hap Arnold Boulevard, Tobyhanna PA 18466.



GENERAL REQUIREMENTS:



The Government is seeking to identify potential small business concerns capable of satisfying this complete requirement at the prime contractor level under NAICS code 236220 (size standard $45.0M). The current IDIQ will expire on 28 September 2026.



Potential small business concerns should be able to provide basic facility maintenance, repair and minor construction work. Orders will primarily include Construction, Repair and Maintenance projects but may also include projects involving a variety of trades or design-build construction services. 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.



Potential small business concerns are requested to provide information of their firm’s Quality Management System such as, ISO 9000 certification, their American Welding Society (AWS) D1.1, (AWS) D1.2 and (AWS) D1.6 certifications and any other certifications.



Point of Contact for questions regarding this RFI and all responses:



Justin Marino Contract Specialist Email: justin.m.marino2.civ@army.mil



Complete written responses to this RFI addressing the General Requirement capabilities are to be submitted to the above referenced e-mail address no later than May 7th 2024 @3:30 EST. Respondents should include the following business information with the RFI response:




  1. Company name;

  2. Company address;

  3. Point of Contact;

  4. Telephone Number;

  5. E-mail address;

  6. Company Cage Code/UEI:

  7. Primary NAICS;

  8. Business Size;

  9. Current Registration in SAM;

  10. Web page address.



DISCLAIMER



“THIS RFI IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”


Attachments/Links
Contact Information
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 >