Similar Projects
Small Works Roster
Term Contract
Design
Tonasket, WA 98855

King County Job Order Contract
Term Contract
Design
Seattle, WA 98164

South King County Fund (SKCF) Environmental Grants Program (EGP) - Phase III
Term Contract
Sub-Bidding
Seattle, WA 98164

Small Works Abatement Roster
Term Contract
Sub-Bidding
Lakewood, WA 98499

Utility Tree Trimming
Term Contract, Alteration
Post-Bid
Vancouver, WA

Curb Management Plan
Infrastructure
Post-Bid
$150,000 to $225,000 est. value
Bellevue, WA 98007

Distribution Wood Pole Replacements
Renovation
Results
WA

Annual Elevator Maintenance
Alteration
Results
Vancouver, WA

Pre-Commercial Thinning
Term Contract
Sub-Bidding
Tokeland, WA 98590

Portable Chemical Toilet Rentals and Associated Products & Services
Alteration
Post-Bid
Vancouver, WA 98687

Countywide Machine Shop Services
Term Contract
Results
WA

Seattle-Tacoma Internal Airport Custodial Services Zone 4
Term Contract
Sub-Bidding
Seatac, WA 98188

Portable Chemical Toilet Rentals And Associated Products & Services
Term Contract
Post-Bid
Vancouver, WA 98687

Temporary Scaffolding Services
Term Contract
Results
WA

Landscape Maintenance and Irrigation Services
Term Contract
Sub-Bidding
Seattle, WA 98164

Last Updated 09/26/2022 08:03 AM
Project Title

Eastern Service Center (ESC) Multiple Award Task Order Contract (MATOC) Replacement

Physical Address View project details and contacts
City, State (County) Yakima, WA 98901   (Yakima County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected September 2022 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $70,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Sep 26, 2022 Contract Award Number: 47PL0122D0056-0062 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: Contractor Awarded Name: See attachment Contractor Awarded Address: Spokane, WA USA Base and All Options Value (Total Contract Value): $70000000.00 Description of Services The GSA Northwest/Arctic Region (R10) has a recurring requirement for construction services. In order to support these projects R10 will award (1) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction projects in federally owned and leased facilities in the area of responsibility (AOR) covering a geographic range of Eastern Washington, Eastern Oregon, and Idaho. This IDIQ supports the following project delivery methods; 1) non-complex construction efforts to be constructed based on Government furnished scope of work. 2) design-bid-build, using Government furnished design documents. 3) design/build, based on the Government furnishing a statement of objectives to be used as the basis of design and which the selected contractor designs and constructs the effort. 4) bridging design/build, using Government furnished design documents developed to no more than 30% design documents. The construction scope Work includes, but is not limited to, tenant improvement, minor repair and alteration of building envelope, conveyance systems, roofing, mechanical and electrical systems, plumbing, and exterior improvements. Construction projects will be completed in a safe, efficient, cost effective manner that is based upon prudent use of taxpayer funds. Contractor firms awarded a Task Order Contract shall deliver the completed construction project, for its intended purpose and within the established project delivery schedule. Prime contractors are responsible for project management, site superintendence, labor, subcontractor management, quality control of installation and end use functionality for all work awarded. GSA anticipates awarding 6 separate contracts as a result of the solicitation. Total contract length, and ordering period, will be for five (5) years. Awarded contractors are expected to compete by participation in task order solicitations. Task Order solicitations will be issued by GSA offices assigned to the Acquisition Division within Region 10. Contract Value The Contract Maximum Value (CMV) for this contract vehicle is $70,000,000.00. Meaning the cumulative total for all task orders awarded to all contractors over the life of the contract (5 Years) shall not exceed $70 Million. The anticipated ordering limits are between $25,000.00 and $5,000,000.00. The typical task order is expected to be between $50,000.00 and $250,000.00. Task Order solicitations will adhere to the competitive procedures outlined in FAR 16.5. Access to Controlled Unclassified Information (CUI): Please see Exhibit 2 and 3 for instructions to obtain access to Seed Project attachments that contain CUI. Provide signed acknowledgement and the GACA email address and created for your firm to mackenzie.dunn@gsa.gov, Cc: heather.bowden@gsa.gov. NAICS Code and Small Business Standard The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5 million. Pre-Proposal Conference for Prime Contractors A pre-proposal site walk for the Seed Project will be held onsite on Wednesday, July 6, 2022. QUESTIONS: The final submission date for questions will be accepted up to ten (10) calendar days prior to the close date of the Request for Proposal (RFP). The Government will respond to questions within five (5) calendar days of receipt. Questions must be submitted via email to MacKenzie Dunn at email: mackenzie.dunn@gsa.gov. MacKenzie Dunn Contracting Officer General Services Administration Phone: 509-863-2052 Email: mackenzie.dunn@gsa.gov See attached files for solicitation details.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents