Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
SOLICITATION NOTICE

Y -- MATOC Multi-Disciplinary Maintenance, Repair, Construction and Incidental Design Work for Joint Base Lewis McChord (JBLM) Its Sub-Installations and Other Customers Supported - USACE Seattle District

Notice Date
5/15/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW18R0009
 
Point of Contact
JOHN SCOLA,
 
E-Mail Address
JOHN.P.SCOLA@USACE.ARMY.MIL
(JOHN.P.SCOLA@USACE.ARMY.MIL)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a Request for Proposal (RFP) is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below. All eligible 8(a) firms (with no geographical restrictions) can submit a proposal for this RFP as long as they are capable of performing the work. The Seattle District of U.S. Army Corps of Engineers (hereinafter Seattle District) plans to solicit offers for the award of a Multiple Award Task Order Contract (MATOC) Multi-Disciplinary Maintenance, Repair, Construction and Incidental Design Work for Joint Base Lewis McChord (JBLM) Its Sub-Installations and Other Customers Supported - USACE Seattle District. The RFP will be issued as 100% set-aside for 8(a) Small Business concerns only. Two or more contracts are anticipated to be awarded under this MATOC. The contractor that successfully receives an award will share a total contract capacity of $100,000,000 amongst all MATOC Pool Contractors. The contract will reflect a base year and four subsequent option years. Task orders will be firm-fixed price. The primary North American Industry Classification System (NAICS) Code for this procurement is 236220 Commercial and Industrial Construction, with a small business size standard of $36.5 Million. The scope of this acquisition may include, but is not limited to, renovation, repairs, minor building expansions and pre-engineered buildings (not to exceed the statutory limit for new construction), preventative maintenance, environmental abatement, erosion control and earthwork. In addition, contractor will be required to provide all plant, labor, tools, equipment and materials (except as indicated otherwise in the specifications) and perform all work in strict accordance with the plans and specifications for individual Task Orders (TO). The IDIQ covers a broad range of repair, maintenance, and minor construction work on real property assets of JBLM, WA. During the contract period, the Government will identify specific jobs and issue a RFP to all MATOC Contractors within the MATOC pool. One TO award will be issued as a result of that RFP and will be awarded to that Contractor within the Pool that offers the most Technically Acceptable and Lowest Price (LPTA) offer. All Contractors within the MATOC Pool shall maintain a local management office to receive Requests for Proposal (RFP), sign TO, and Notices to Proceed (NTP); to receive and initiate contract correspondence and to provide other engineering and construction management services related to accomplishing individual TO. The TO will vary in size, with the majority expected to be medium to large in size. The TO will include renovation, repairs, minor building expansions and pre-engineered buildings (not to exceed the statutory limit for new construction), preventative maintenance, environmental abatement, erosion control and earthwork. TO will primarily to general construction work such as remediation of facilities, e.g., maintenance, repair, asbestos and lead-based paint abatement, and minor construction situations relating to but not limited to civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning (HVAC), and anti-terrorism and force protection. Design-build services may also be ordered. Projects will be located at Joint Base Lewis McChord, Washington. The work will be comprised of approximately 85% construction & repair and 15% service over the duration of the MATOC. The intent of this MATOC is to provide a means for the Government to solicit and award maintenance, repair, construction, and incidental design services projects with as little lead time as possible. The successful contractor shall attend a site visit with as little as 24 hour notice and may be expected to turn around a request for proposal in less than 7 days. IMPORTANT NOTICE: All contractors proposing on Department of Defense RFPs must be registered in the System of Award Management (SAM) database prior to award of the contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in SAM. This requirement applies to all Department of Defense contract awards, regardless of the media used. The RFP documents for this MATOC requirement will be issued in electronic format only and will be made available online on or about June 2018 via the Federal Business Opportunities (FBO) website at https://www.fbo.gov under RFP number W912DW18R0009. You must be registered with the FBO website to download the RFP documents. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to this Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted at the referenced website. To obtain automatic notifications of updates to this RFP, you MUST log in to www.fbo.gov and add the RFP to your "Watchlist."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW18R0009/listing.html)
 
Place of Performance
Address: JOINT BASE LEWIS MCCHORD (JBLM), Washington, United States
 
Record
SN04923101-W 20180517/180515230732-02f3f2a40bf1c3c8c0aa47e8226d5a4d (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.