Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
MODIFICATION

Y -- Rapid Disaster Infractruture (RDI) MATOC-Construction - Solicitation 1

Notice Date
4/20/2017
 
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, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-16-R-0084
 
Response Due
5/22/2017 2:00:00 PM
 
Point of Contact
Jessica R. Jackson, , Douglas E. Hadley,
 
E-Mail Address
jessica.r.jackson@usace.army.mil, doug.e.hadley@usace.army.mil
(jessica.r.jackson@usace.army.mil, doug.e.hadley@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
W9128F-16-R-0084 Solicitation Government hereby issues the solicitation for a $95M Multiple Award Task Order Contract (MATOC) for Rapid Disaster Infrastructure (RDI) to up to four (4) Service Disabled Veteran Owned Small Businesses (SDVOSB). Task Orders within the MATOC may be Cost Reimbursable, Cost-Plus-Fixed-Fee (CPFF), or Firm Fixed Price (FFP) contingent upon the Government's assessment of project risk. The Primary North American Industry Classification System (NAICS) code for this solicitation is 236220, Commercial and Institutional Building Construction, with a size standard for Small Business of $36.5 million dollars. The individual Indefinite Delivery Type (IDT) contracts will have a combined capacity of $95M. This MATOC will have a total period of performance of five (5) years from the date of award, to include a one-year base period and four (4) one-year option periods. Options will be exercised per FAR 17.207 and contract clauses. Individual Task Orders will be solicited and competed within the MATOC pool. The minimum guarantee amount for the total contract to include the option period(s) is $2,500.00. This RDI MATOC allows for a full range of time-sensitive disaster, infrastructure, and construction related scopes of work to support federally funded customers. Projects may vary in size, complexity, and location, and will require a high degree of flexibility and adaptability. The Contractor must respond quickly and effectively. All work will be time-sensitive in nature, necessitating an immediate response to mitigate threat to life and property and/or operational impacts to the government. Examples include but are not limited to: • Flood Recovery: Flood control and water diversion projects, embankments, channel alignments and flood control structures in support of civil works missions. • Infrastructure Recovery: Restoration, repair, and demolition of facilities, utilities, real property systems, and other infrastructure requirement that cannot be performed in required timeframes with normal contract mechanisms to meet vital mission requirements. • Emergency Management: Response actions such as unwatering missions, debris recovery, temporary housing, and other actions to meet vital mission requirements. • Military: Construction of facilities, infrastructure, water and sanitation systems, electrical systems, natural gas and other energy systems, fences, lighting, and roads to support troop movements and other crucial military missions. Each Task Order Request for Proposal will identify when the contractor must mobilize; however, emergency recovery actions may require mobilization within 3 days of Government Notification. Projects may require incidental design and/or ecological/environmental, hazardous waste recovery, and munitions work. This Scope also encompasses construction applications and technologies needed to support time-sensitive construction projects in various locations within the U.S. (defined as all 50 states). Individual Task Orders will further define specific project requirements once identified. Proposal Evaluation: Award will be made on the basis of the lowest price, technically acceptable method. Tradeoffs are not permitted. Proposals are evaluated for acceptability but not ranked using non-cost/price factors. Technical acceptability will be determined first. Award will be made to the lowest price offer(s) that are technically acceptable. Offerors: Please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via Federal Business Opportunities (FedBizOpps) (www.fbo.gov). Registration is required to access solicitation documents. Federal Business Opportunities provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Summary of access requirements to solicitation is as follows. Find solicitation announcements in FedBizOpps (www.fbo.gov). There are no drawings associated with this Request for Proposal. Copies of this solicitation will be available by INTERNET ACCESS ONLY. All solicitation documents will be posted to FedBizOpps (http://www.fbo.gov). Compact Disks will not be sent out, and a Plan Holders (Interested Parties) List is available on the FedBizOpps website. All amendments will be posted in FedBizOpps. It shall be the contractor's responsibility to check the website for any amendments. The Contract Specialist point of contact for this project is Jessica Jackson who can be reached by email: jessica.r.jackson@usace.army.mil. Interested parties are reminded that they are responsible for checking on new information posted to FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-16-R-0084/listing.html)
 
Place of Performance
Address: USACE Omaha District, 1616 Capital Ave, Omaha, Nebraska, 68102, United States
Zip Code: 68102
 
Record
SN04479817-W 20170422/170420235625-fbe94686e9473cc728729a0c07c4e1b8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.