News

SRM MATOC IDIQ

Type of document: Contract Notice
Country: United States

SRM MATOC IDIQ

Agency:
Department of the Army

Official Address:
ATTN: CEPOA-CT
P. O. Box 6898 JBER AK 99506-6898

Zip Code:
99506-6898

Contact:
Robert Norris, Contract Specialist, Phone 9077535592, Email robert.l.norris@usace.army.mil тАУ Theresa M Afrank, Contracting Officer, Phone 907-753-2739, Fax 907-753-2544, Email theresa.m.afrank@usace.army.mil

Link:

Date Posted:
16/04/2019

Classification:
Y

Contract Description:

HE ORIGINAL SOLICITATION PERIOD HAS CLOSED
NO FURTHER NEW PROPOSALS WILL BE ACCEPTED AFTER 11 MARCH 2019
ANY FURTHER AMENDMENTS POSTED WILL BE INTENDED FOR THE ORIGINAL POOL OF OFFERORS SUBMITTED AND ACCEPTED OR FOR THE CONTRACTORS SELECTED FOR PHASE 2 CONSIDERATION

GENERAL INFORMATION:
Project: Sustainment, Restoration and Modernization (SRM) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build Construction (vertical and horizontal), renovate and/or repair of projects of various facilities and infrastructure on various military installations, as well as, at other locations in Alaska and Wake Island.
Notice Type: Pre-Solicitation Notice
Solicitation Number: W911KB19R0005
Posted Date: 23 January 2019
Original Response Date: 08 March 2019
Classification Code: Y тАУ Construction of Structures and Facilities
Set Aside: 8(a) Competitive Small Business Set-Aside
NAICS Code: 236220-Commercial and Institutional Building and Construction
Size Standard: $36.5M

CONTRACTING ACTIVITY: U.S. Army Corps of Engineers, Alaska District, P.O. Box 6898, JBER, Alaska 99506-0898.

CONTRACT INFORMATION: This acquisition is an 8(a) Competitive Small Business Set-Aside; any qualifying business may submit a proposal. This is a two-phase construction acquisition for a Sustainment, Restoration and Modernization (SRM) Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This solicitation will be issued as a two-phase construction acquisition in accordance with the Federal Acquisition Regulations (FAR) Part 36. Projects will be located primarily in various locations in Alaska, but outside Alaska at Wake Island. This acquisition is under North American Industrial Classification System (NAICS) Code 236220, Commercial and Institutional Building and Construction, with small business size standard of $36.5 Million. The Government intends to award at least four (4) small businesses IDIQ contracts, however it reserves the right to award more, less or none at all. The anticipated IDIQ MATOC awards will consisting of one (1) 5-year base ordering period. The overall capacity of this 8(a) Competitive IDIQ MATOC will be total shared ceiling of $98 Million. The resultant IDIQ MATOC awards will have firm fixed price (FFP) task orders. There will be a minimum guarantee amount of $5K for the entire contract period on each award.

DESCRIPTION OF WORK: The task orders will include a variety of construction (either design-build or fully designed, and vertical or horizontal), to include infrastructure site improvements (such as fencing, roads, parking, airfield paving, and drainage), facility repairs, incidental environmental work (including Hazardous Materials (HazMat), soil, and asbestos testing, removal, disposal and containment), facility upgrades, and system maintenance (such as Heat Ventilation Air-Conditioning (HVAC), plumbing, electrical, wastewater treatment systems, elevators, building envelope, fire protection, Anti-Terrorism Force Protection (AT/FP), demolition, and electronic security systems). Each task order issued will include the specific scope of construction work required to complete each job, be awarded at a firm-fixed price, and state a specific performance period for the contractor to complete the work. The contractor will be required to furnish all materials, equipment and personnel necessary to manage and accomplish the job. Individual jobs will vary in size; yet, not exceed $9,500,000.00.

The offerors selected for award will be those determined to be the best value to the Government considering the price and non-price factors cited in this announcement and the solicitation, utilizing the tradeoff process described in FAR Part 15.101-1. It is anticipated that the Government will evaluate in Phase I: Specialized Experience, Past Performance, and Organization & Management. For offerors selected to submit proposals for Phase II, it is anticipated that the Government will evaluate Design and Construction Narrative and Drawings, a Proposed Summary Schedule for an Initial Task Order Scope of Work, and Price.

All offerors are advised that this solicitation may be canceled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award. If the solicitation is cancelled, all proposal preparation costs will be borne by the offeror. All offerors must be registered in the System for Award Management (SAM) at Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an offeror ineligible for award.

OBTAINING THE SOLICITATION: A solicitation will be available on this site on or about 07 February 2019. The solicitation for this acquisition will be provided in electronic format only and available for download on the Federal Business Opportunities (FBO) website at Enter this solicitation number (W911KB19R0005) in the тАЬKeywords/SOL#:тАЭ dialogue box. Any future amendments to the solicitation will also be available for download from this website. All notifications of changes to this solicitation shall be made through the internet only. It is the OfferorтАЩs responsibility to check for any posted changes to this solicitation.

Point of Contact: Robert Norris, 907 753-5592, E-mail: robert.l.norris@usace.army.mil

Place of Performance: Facilities and infrastructure on various military installations, as well as other locations in Alaska and Wake Island.

Response Date:
041719

Sol Number:
W911KB19R0005

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy