Washington APEX

How Do I...?

Sell to the Government

Locations

Where We Are

Calendar

Events and Workshops

Washington APEX Accelerator

MENU

South MATOC IDIQ On-Ramp – GSA PBS

General Services Administration (GSA), Public Buildings Service (PBS), Northwest/Arctic Region (Region 10), Acquisition Division (10PQ), 400 15th Street SW, Auburn WA 98001. 

Solicitation number: 47PL0022R0001 – South MATOC IDIQ On-Ramp

Link to SAM.gov posting 

The North American Industry Classification System (NAICS) Code for this project is: 236220; Commercial and Institutional Building Construction and the size standard of $39.5 million in average annual receipts.

This procurement is set aside completely for small businesses. Competition will be limited to small business firms with physical offices located within the geographic areas for Southern MATOC IDIQ. Construction firms, licensed for general construction in the states of Washington and/or Oregon with a bona fide place of business and able to self-perform a minimum of 30% of general construction work are invited to participate in this competition. All responsible sources may submit a proposal which shall be considered by the agency.

This solicitation is an on-ramp to an existing IDIQ contract. GSA is seeking to increase the existing award pool by as many as two (2) awards. The current award pool is five (5) awardees. The total potential award pool may increase to seven (7) awardees. The current period of performance will end August 31, 2023. The anticipated award period for on-ramped vendors is anticipated to be February 17, 2022 through July 31, 2023. The GSA reserves the right to extend the ordering period of the South MATOC by six (6) months in accordance with FAR 52.216.22. This would result in a total ordering period of five years and six months.

Contractor Teaming Arrangements (CTA) to include entities based on Joint Venture firms, Partnerships, and other formal teaming agreements are allowable to participate in this competition. Acceptable proposals submitted by Offerors in a CTA must be able to meet the stated requirements of the solicitation and evaluation factors as the CTA entity.

GSA anticipates no more than two (2) new IDIQ awards for construction services will be made for the Southern “SOUTH” MATOC IDIQ.  Task Order solicitations will be issued by GSA offices assigned to the Acquisition Division within Region 10. Task Orders requirements are based upon one of four possible project delivery methods to include, construction, design-bid-build, bridging design-build and design- build.

The current contract maximum value (CMV) is $30 million dollars. The MATOC IDIQ includes one option to increase the CMV by $10 million dollars for a total potential award value of $40 million. The government makes no representation as to the number of Task Orders or actual amount of work to be ordered. A minimum guarantee of $2,500 per IDIQ award, will be used for the placement of the contract. The “Order of Magnitude” for task orders is anticipated to range from $25,000 to the GSA current capital reinvestment threshold (“prospectus”). Task Orders may not exceed $5 million per single task order contract. The average Task Order is expected to have an Order of Magnitude of $75,000 – $250,000.

Task Order solicitations will adhere to the competitive procedures outlined in FAR 16.5. Interested Offerors should anticipate competing for Task Order Contracts using a variety of selection procedures, to include low price, and variations on technical acceptance with fair and reasonable price.

This contract is subject to affirmative procurement policy which supports and enforces sustainable practices for design and construction in accordance with FAR Part 23.

Proposal submission instructions will be included in the solicitation package.

Offers submitted in response to the solicitation will be evaluated using the Highest Technically Rated with a Fair and Reasonable Price source selection process. This source selection process is not Lowest Price Technically Acceptable (LPTA) or Trade Off. This is a best value source selection conducted in accordance with FAR Part 15.

Interested parties are encouraged to review the award notice and attached contract documents posted on the Federal Business Opportunities, now SAM.gov, on August 16, 2018. 

This IDIQ effort includes multiple project delivery methods which result in complete construction efforts. Construction efforts may be completed using construction, design-bid-build, bridging design-build and design-build approaches. The intent of the Government is to tailor each task order to reflect the project delivery method which will result in the most efficient construction delivery schedule.

Work to be accomplished under individual task orders includes design, engineering efforts and construction of interior and exterior projects on behalf of GSA. GSA is the federal owners’ representative for other federal agencies who rent office space from GSA. Downstream construction efforts will occur in Class A and Other Than Class A office space. Work will occur typically in fully occupied facilities with the majority of work occurring after hours. These projects are subject to Homeland Security Presidential Directive (HSPD) 12 Security Clearance Procedures. 

Construction efforts will be performed by General Construction contractors and associated trades.

Interested offerors must be registered in Systems for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. 

The IDIQ contracts awarded and task orders issued as a result of this solicitation will include Buy American Act clauses. As a result, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.

Solicitation documents will be available electronically on or about November 17, 2021.

INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION AND ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SITE FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS.

No telephone or facsimile requests will be accepted.

The Contracting Officer for this procurement is Jessica Campbell, jessica.campbell@gsa.gov; 253-736-4678

Get Latest News & Updates

News and announcements will be delivered straight to your inbox

Region 6 is hosted by the Thurston County Economic Development Council and serves Pierce County.

ABOUT THE THURSTON EDC

The Thurston Economic Development Council (EDC) is a private non-profit organization.  As the lead economic development organization in Thurston County our mission is to create a vital and sustainable economy throughout the county and region that supports the livelihood and values of our residents. We do this by:

·        Connecting local businesses with experts and resources that help them remain competitive

·        Creating and delivering strategic messages that attract new investment to our community

·        Working with our community partners to enhance our collective prosperity and encourage our economic future 

·        Participating regionally to ensure that Thurston County plays an appropriate role on the regional economic stage.

Pierce County services are primarily provided virtually. 

This location is funded, in part, through a partnership with Pierce County through the Navigator Program

General Contact: pierce@washingtonapex.org

Clallam and Jefferson counties

Tri-City Regional Chamber of Commerce

Tri City Regional Chamber of Commerce

Region 8 is hosted by the Tri-City Regional Chamber of Commerce and serves Benton, Columbia, Franklin, Grant, Klickitat, Walla Walla, and Yakima counties.

About the Tri-City Regional Chamber

The Tri-City Regional Chamber of Commerce is the leading business advocate for nearly 1,000 private, public, and non-profit member firms in the Tri-Cities region. The fifth largest chamber in Washington, the Tri-City Regional Chamber advocates for a strong business community and supports the interests of its members. The Regional Chamber is a catalyst for business growth, a convener of leaders and influencers, and a champion for a strong community.

Address

7130 W Grandridge Blvd, Suite C
Kennewick, WA. 99336

Email: tricity@washingtonptac.org

GREATER SPOKANE INC

Region 7 is hosted by Greater Spokane Inc and serves Spokane, Adams, Asotin, Douglas, Ferry, Garfield, Lincoln, Okanogan, Pend Oreille, Stevens and Whitman counties.

ABOUT GREATER SPOKANE INC

Greater Spokane Incorporated (GSI) is the Spokane region’s business development organization, focused on leading transformative business and community initiatives to build a robust regional economy. Founded in 1881 as the Spokane Area Chamber of Commerce, GSI is a nonprofit organization dedicated to creating a vibrant Spokane region by advocating for the region, driving strategic economic growth, and championing a talented workforce. Learn more at GreaterSpokane.org

Address

801 West Riverside Avenue, Suite 100
Spokane, WA 99201

Contact: Spokane@washingtonptac.org

Green River College

Region 5 is hosted by the Green River College serves King County.

ABOUT THE GREEN RIVER COLLEGE

The mission of Green River College is to ensure student success through comprehensive programs and support services responsive to our diverse communities.

ADDRESS

1221 D St NE
Suite 210 C
Auburn, WA 98002

Email: king@washingtonptac.org

Economic Alliance Snohomish County

Region 4 is hosted by the Economic Alliance Snohomish County and serves Snohomish, Skagit, Island, San Juan and Whatcom counties.

ABOUT THE EASC

The Economic Alliance Snohomish County (EASC) is a nonprofit serving as a combined economic development organization and a countywide chamber of commerce. We bring together private-public partners to create a unified voice for Snohomish County.

Address

808 134th St. SW, Suite 101
Everett, WA 98204

Email: snohomish@washingtonapex.org

Columbia River Economic Development Council

Region 3 is supported by the Columbia River Economic Development Council and serves the counties of Clark, Cowlitz and Skamania. 

Columbia River Economic Development Council 

Address

805 Broadway St, Suite 412
Vancouver WA 98660

Email: swwa@washingtonapex.org

Thurston County Economic Development Council

Region 2 is hosted by the Thurston County Economic Development Council and serves Thurston, Lewis, Mason, Grays Harbor, Pacific, Wahkiakim, Chelan and Kittatas counties.

This center is also the main center for Washington APEX Accelerator Statewide

ABOUT THE THURSTON EDC

The Thurston Economic Development Council (EDC) is a private non-profit organization.  As the lead economic development organization in Thurston County our mission is to create a vital and sustainable economy throughout the county and region that supports the livelihood and values of our residents. We do this by:

  • Connecting local businesses with experts and resources that help them remain competitive
  • Creating and delivering strategic messages that attract new investment to our community
  • Working with our community partners to enhance our collective prosperity and encourage our economic future
  • Participating regionally to ensure that Thurston County plays an appropriate role on the regional economic stage.

Address
4220 6th Ave
Lacey, WA 98503

General Contact: thurston@washingtonapex.org

Kitsap Economic Development Alliance

Region 1 is hosted by the Kitsap Economic Development Alliance and serves the counties of Kitsap and North Mason.  

ABOUT KEDA

The Kitsap Economic Development Alliance (KEDA) is a 30+ year old public/private nonprofit 501 (c) (6) corporation founded in June 1983. Our goal is to attract and retain jobs and investments in this community that generate wealth, enhance the qualify of life and embrace future generations.

Address
2021 NW Myhre Rd, Suite 100
Silverdale WA 98383

Email: kitsap@washingtonptac.org