MODIFICATION
Y -- Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Construction Services for Baltimore District
- Notice Date
- 4/14/2014
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-14-R-0003
- Archive Date
- 11/30/2014
- Point of Contact
- Christina Sale, Phone: 410-962-3526
- E-Mail Address
-
Christina.Sale@usace.army.mil
(Christina.Sale@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The US Army Corps of Engineers (USACE) Baltimore District intends to issue a two-phase Request for Proposal (RFP) No. W912DR-14-R-0003 for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build Construction Services for the Baltimore District Region. The intent of this solicitation is to select no more than four (4) contractors for the IDIQ MATOC. The work consists of but is not limited to; design build or design-bid-build construction. The task orders will range in size and complexity from small to large and from non-complex to non-technically complex. This contract is for a broad variety of major and minor repair, modification, rehabilitation, alterations and new construction projects as well as Civil Works projects in support of U.S. Army Corps of Engineers and its customers in the Baltimore District. Further projects may include: schools, administrative or special-use buildings, housing, etc. The requirements for the nature and categories of work to be performed under this contract include but are not limited to the following: site clearing, earthwork, site drainage and utilities, roads and walks, cast in place concrete, brick masonry, block and tile masonry, building renovation, new construction, asbestos abatement, lead paint removal, structural steel, steel joists and decking, rough carpentry, finish carpentry, built in cabinetry and furniture, roofing and siding, sheet-metal work, doors, windows and glazing, window coverings, entrances and store fronts, lath and plaster, drywall, painting and wall coverings, floor tile and carpeting, a variety of mechanical/electrical work, fire extinguishing systems, fire alarm systems, intrusion detection systems, heating and air conditioning, ventilating equipment and systems, ducts and controls, boxes and wiring devices, starters, breaker panels, switching devices and transformers, lighting, primary and secondary power systems, etc. These MATOCs may be used to acquire time-sensitive disaster or emergency assistance construction activities related to flood control and water diversion projects, including but not limited to stream bank and shoreline stabilization/protection, ecosystem/habitat restoration and flood damage reduction within the Baltimore District's territory. The geographic area for this contract is to be limited to the Baltimore District Region which extends from West Virginia to Maryland and north into New York. The contract period of performance will be 5 years. The available capacity for the MATOC pool is $30,000,000.00. The procurement is set aside for Small Business concerns under NAICS code 236220 (size standard $33.5M) This is a Two-Phase procurement. Proposals will be evaluated by the Government in accordance with the following criteria for Phase I: Factor 1- Past Performance; Factor 2-Management Approach; Factor 3-Technical Approach. Following completion of the evaluation of Phase I, up to a maximum of seven (7) most highly qualified offerors will be selected to participate in Phase II. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing Phase I of the solicitation on or about 28 April 2014. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issues, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATION: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. POINT OF CONTACT: The point of contact for this procurement is Contract Specialist, Christina Sale at christina.sale@usace.army.mil or 410-962-3526.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-14-R-0003/listing.html)
- Place of Performance
- Address: USACE Baltimore District, 10 South Howard Street Room 7000, Baltimore, Maryland, 21201, United States
- Zip Code: 21201
- Zip Code: 21201
- Record
- SN03338567-W 20140416/140414235223-b0e00fd854bbae4f6756afc4c9f06b11 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |