Amendment 8 (June 26,2025) Revised the solicitation to extend the solicitation date until 14 July 2025 at 01:00 PM EST. The solicitation has been amended to add Bid Bond information under Section 00 21 16. Clause 52.228-1 has been included. As a result the following documents have been added:
Amendment 7 (June 23,2025) Adds the following two documents in PDF format due to issues with opening.
Amendment 6 (June 18,2025) Revises the solicitation and adds questions and answers. The amended 1442 has been added as attachments to this solicitation. A conformed copy of the 1442 has also been added which includes all changes to date. As a result of the questions and answers the following documents have been added:
Amendment 5 (June 11, 2025) Revises the solicitation due date and time. This amendment extends the solicitation due date until 30 June 2025 and revises the proposal due time to 3:00 PM EST. This extension is not captured on the Standard Form 1442, at this time. The Standard Form 1442 will be updated and revised based on responses to questions. The Government anticipates posting the responses to all questions received by next week. At that time a revised Standard Form 1442 will be posted to reflect the corrected solicitation due date and any necessary changes.
Amendment 4 (June 04, 2025) Revises the 1442 (Revision 0002 and Revision 0003) to change the Contracting Officer from Timothy Konetzny to Brandon Rivett. The 1442s have also updated with a revised proposal due date of 20 June 2025 @ 5:00 PM EST. The amended 1442s have been added as attachments to this solicitation. A conformed copy of the 1442 has also been added which includes all changes to date. This amendment updates the final date and time to submit questions regarding this solicitation to June 11, 2025 by 11:59 am EST. All questions that have previously been submitted, if not answered by the posting of this amendment, must be resubmitted in writing to [email protected] and [email protected].
The proposals shall be submitted to [email protected] and [email protected]. Any proposals that have already been submitted shall be resubmitted to [email protected] and [email protected].
An excel document with the site visit sign in sheet has been attached. Due to readability issues with the hand signed information, a best guess was used when inputting data.
Amendment 3 (May 23, 2025) provides current received questions with Government responses. Only questions with responses are provided.
Amendment 2 (May 23, 2025) specified timeframe for submitting questions and anticipated Government responses while providing first set on questions with Government responses. The final date and time to submit questions regarding this solicitation shall be June 05, 2025 by 11:59 am ET. The anticipated date for the Government to provide final responses to questions submitted within this time frame is June 10, 2025 by the end of the day. As questions are received in response to this solicitation the Government will provide periodic responses via a solicitation amendment.
Amendment 1 (May 14, 2025) updated the NAICS Code and size standard in the posting, revised the 1442, revised the site visit date, replaced Attachment 3 - Seed Project SOW and Seed Project SOW Attachment 5 - Submittal Register word documents with PDFs.
This notice serves as a formal Request for Proposal (RFP) from the Natick Contracting Division (Army Contracting Command), Soldier Systems Center, Natick, MA, for an Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) with a maximum potential of an 8-year ordering period, and a total shared capacity of $99,000,000.00 amongst all schedule holders.
This Multiple-Award Task Order Contract (MATOC) is for various types of general, construction-related work, including new construction, alterations, renovations, repairs, and design-build work for a broad range of requirements in support of the Natick Soldier Systems Center (NSSC) located in Natick, MA. Work performed under this effort will include, but is not limited to the following specialties: Construction, repair and alteration of various facilities; Construction, repairs and alteration of electrical systems; Construction, repair and alteration of mechanical systems (e.g. heating, ventilation, and air conditioning systems and controls); Concrete and asphalt paving; Demolition of facilities; Remediation; and Design support.
A task order will be issued to each successful MATOC contractor (up to ten (10) total awards), in the amount of $1,000.00, and will be sent within thirty (30) days of the base contract award. Additionally, a “seed” project for a renovation project will be evaluated in conjunction with the primary MATOC requirements to determine overall offeror capabilities.
The Government has determined that this acquisition will be set aside 100% for small business concerns. The Disclosure of Magnitude for the seed project is estimated between $1M and $5M. The North American Industrial Classification System Code (NAICS code) is 236220 – Commercial and Institutional Building Construction, with a small business size standard of $45.0 Million.
Please refer to the supplemental attachments located within this Notice, including the formal Solicitation document no. W911QY25R0003.PDF and amendments, for further details and instruction regarding this RFP.