Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2021 SAM #7208
SOLICITATION NOTICE

Z -- Roadwork, Road Repair, Maintenenace and Construction MATOC

Notice Date
8/24/2021 1:50:28 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ21R1025
 
Response Due
8/30/2021 12:00:00 PM
 
Archive Date
09/14/2021
 
Point of Contact
Jaclyn C. Yocum, Phone: 8163892266, Christopher W. Anderson, Phone: 8163893850
 
E-Mail Address
jaclyn.c.yocum@usace.army.mil, Christopher.W.Anderson@usace.army.mil
(jaclyn.c.yocum@usace.army.mil, Christopher.W.Anderson@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Solicitation has officially been amended. See Attachment (Solicitation Amendment(s) - W912DQ21R1025 - 0001). *************************************************************************************************************************************** Please find the enclosed solicitation for the MATOC and Task Order 01.� Proposals are due on 30 August 2021. The U.S. Army Corps of Engineers, Kansas City District (NWK), intends to issue a solicitation for construction services. This solicitation is for offers for Firm Fixed-Price Multiple Award Task Order Contracts (MATOC) for Roadwork, Road Repair, Maintenance and construction projects within the geographic boundaries of the Kansas City District (see below), but may be used to support other projects within the Northwestern Division (NWD) of the U. S. Army Corps of Engineers (USACE). This is a 100% set-aside for Small Businesses. The solicitation will be available on or about 15 June 2021 on the Federal Business Opportunities (FBO) website at www.fbo.gov, and proposals will be due within 30 days from issuance of the solicitation. The NAICS code that will apply to projects under these contracts will be NAICS 237310 (Highway, Street, and Bridge Construction) The Size standard is $36.5 million. The Government will award up to five (7) base Indefinite Delivery/Indefinite Quantity (ID/IQ) contract awards to firms under this solicitation. This contract shall have an ordering capacity of $20 million. The MATOC duration will be three base years with two option years. The minimum guarantee on this contract is $2,500.00. Individual projects under this contract will be awarded by task order. Work will be performed in the following states. IOWA: Rathbun Lake KANSAS: Clinton Lake, Hillsdale Lake, Kanopolis Lake, Melvern Lake, Milford Lake, Perry Lake, Pomona Lake, Tuttle Creek Lake, Wilson Lake MISSOURI: Blue Springs Lake, Harry S. Truman Lake, Long Branch Lake, Longview Lake, Pomme de Terre Lake, Smithville Lake, Stockton Lake NEBRASKA: Harlan County Lake Individual projects may include maintenance, repair, rehabilitation, reconstruction and new construction of roads and road accessories within the Kansas City District. Road base and subgrade earthwork including excavation, grading, subgrade modifications; and aggregate base, surfacing, and shouldering. Asphalt pavement including hot mix asphalt (HMA) paving, patching, overlays, and milling. Concrete pavement including paving (PCCP), patching, parking lots, sidewalks, curbs and gutters, Pavement preservation treatments including crack filling/sealing, chip seals, surface sealing, microsurfacing, Incidental construction including but not limited to pavement marking, guardrail, slope protection, erosion culverts (metal and concrete). As requirements develop, task orders will be issued in accordance with DFARS 216.505-70, at the Government's option. Task Orders will include primarily Civil Construction or Operations and Maintenance (O&M) projects. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. The government intends to award without discussions but reserves the right to open discussions. Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective offeror. Interested offerors are required to submit their representations and certifications to the System for Award Management (SAM) website at https://www.sam.gov/portal/public/SAM/. The solicitation and associated information will be available from the BETA SAM website https://www.beta.sam.gov. This will normally 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. All communications must be made in writing. Prospective Offerors shall submit contracting and technical inquiries and questions concerning the solicitation via Bidder Inquiry in ProjNet at www.projnet.org/projnet. A Bidder Inquiry Key will be provided with the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/511d084e1b7c411cabd063be46d84a00/view)
 
Place of Performance
Address: Kansas City, MO 64102, USA
Zip Code: 64102
Country: USA
 
Record
SN06108496-F 20210826/210824230125 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.