SOLICITATION NOTICE
Z -- Design Build MATOC
- Notice Date
- 5/24/2022 5:17:19 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF22R0005
- Response Due
- 5/31/2022 5:00:00 PM
- Point of Contact
- LeAnne R. Walling, Phone: 5095277230, Fax: 5095277802
- E-Mail Address
-
leanne.r.walling@usace.army.mil
(leanne.r.walling@usace.army.mil)
- Description
- 5/24/2022: Consolidation Memo posted _____________________________________________ Northwestern Division Design-Build/Design-Bid-Build Multiple-Award Task Order Contract (MATOC) The general scope of work will primarily address repair and maintenance of real property and construction services to include new construction and renovation of large civil works projects including flood control and hydroelectric dams, river navigation facilities, maintenance and office facilities, roadways and recreation facilities, and river levees. The Task Order Request for Proposal (RFP) may or may not have traditional plans and specifications or may include sketches and other submittals. Specific work may include a combination of design, construction and repair. Individual task orders contemplated for this work may be issued either as a Design Build or Design-Bid Build projects. Task orders will be primarily awarded on a Time and Materials (T&M) or Labor Hour basis if necessary to address unusual circumstances. Work on civil systems may include: waterstop installation, potable & wastewater systems, underground utilities, drainage culverts, geotechnical exploration and testing, hillside stabilization stream bank stabilization, irrigation systems, paving, striping, site fencing, and river levee rehabilitation. Work on structural/architectural systems may include: structural concrete, structural frames (including steel, aluminum, FRP), machinery supports and seismic bracing, hydraulic steel structures (primarily metal fabrication and machining), Corps of Engineers paint systems (including vinyl), fall protection systems, pre-engineered buildings, manufactured buildings, building interior renovation, elevators, roofing, waterproofing, firestop systems, and building exterior envelope renovation. Work on electrical systems may include: Information & Communication Technology (ICT), fiber optic, motor control, instrumentation & controls (e.g. PLC, SCADA), commercial/industrial lighting, fire & security systems, low and medium voltage distribution (at most 15KV), lightning protection, and diesel generators. Work on mechanical systems may include: construction or repair of the following systems: fire protection, HVAC, pumping (less than 100 HP), compressed air, hydraulic power systems (less than 50 HP), cranes and hoists (less than 10 tons) and general/industrial plumbing. Project Locations will primarily be geographically located throughout the Walla Walla District area of operations, with work concentrated at McNary, Ice Harbor, Little Goose, Lower Monumental, Lower Granite, (Washington and Oregon) Dworshak (Orofino, Idaho) and Lucky Peak (Boise, Idaho) Dams. The Walla Walla District's civil works boundaries generally follow the Snake River drainage and include approximately 107,000 square miles in six states: Washington, Oregon, Idaho, Wyoming, and small parts of Nevada and Utah. Work may include additional project locations within the Pacific Northwest covered by USACE Seattle and Portland Districts. Task orders will fall under the following magnitudes with 100% performance and payment bonding required for construction efforts: Between $250,000 and $500,000 Between $500,000 and $1,000,000 Between $1,000,000 and $5,000,000 All work must be performed within USACE guidance and in accordance with local, State, and Federal requirements. Performance and payment bonds will be required at the task order level. Sustainability requirements will be contained in the solicitation and resulting contract. The solicitation will follow the Two-Phase Design-Building Selection Procedures as outlined in FAR Subpart 36.3. The resulting multiple award task order contracts will be Fixed Price. Task Orders awarded under this acquisition are subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Solicitation documents for the Request for Proposal No. W912EF22R0005 will be posted to the SAM.gov website on or about May 31, 2022. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. The solicitation is to be competed as a total small business set aside. The small business size standard for NAICS Code 237990 Other Heavy and Civil Engineering Construction is no more than $39.5M in average annual receipts. A site visit will be offered during Phase II of the two-phase selection process. Only one site visit is expected to be offered.� Important Note: The SAM.gov response date listed elsewhere in this synopsis is for the SAM.gov archive purposed only. It has not relationship to the actual proposal submission date. The proposal submission date will be contained in the solicitation and any solicitation amendments that are issued. When issued, the solicitation documents for this project will be available via SAM.gov. NO CD�s OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror�s inability to access the document(s) posted on the reference website. To obtain automatic notifications of updates to this solicitation, you MUST log in to SAM.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the �Add Me to Interested Vendors� button in the listing for this solicitation on SAM.gov. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the Untied States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-560), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS form I-94 indicating employment authorization, Alien registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-668), Employment Authorization Card (INS Form I-668A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to leanne.r.walling@usace.army.mil and Hillary.a.morgan@usace.army.mil. Foreign national must have received clearance prior to being granted access to the project site.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/17f1c45d9a5d4127a2af7bf247fc23a4/view)
- Place of Performance
- Address: Walla Walla, WA 99362, USA
- Zip Code: 99362
- Country: USA
- Zip Code: 99362
- Record
- SN06336671-F 20220526/220524230121 (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 |