Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2023 SAM #8046
SOLICITATION NOTICE

Z -- National Roofing Program (NRP) Design/Build Construction Services MATOC

Notice Date
12/6/2023 4:14:13 PM
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR23R0024
 
Response Due
12/21/2023 1:00:00 PM
 
Archive Date
01/05/2024
 
Point of Contact
Jesse E. Scharlow, Alex Hamilton
 
E-Mail Address
jesse.e.scharlow@usace.army.mil, alex.j.hamilton@usace.army.mil
(jesse.e.scharlow@usace.army.mil, alex.j.hamilton@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR23R0024 for the Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order (MATOC) for Building Envelope, Roof Repair and Replacement D/B Construction in Support of the U.S. Army Reserves National Roofing Program (NRP). TYPE OF CONTRACT AND NAICS: This RFP will be for a target of seven (7) Firm-Fixed-Price (FFP) IDIQ MATOC contract. The North American Industrial Classification System Code (NAICS) for this effort is 238160. TYPE OF SET-ASIDE: This acquisition will be a 100% set-aside for Small Business SELECTION PROCESS: This is a two-phase procurement.� The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government.� The Phase I proposal for this procurement, at a minimum, will consist of the following: Contractor Past Performance and Technical Approach. �Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. �Phase II proposal of this procurement, at minimum, will consist of the following: Design/Technical and Price. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest. MAGNITUDE: The total capacity of the umbrella MATOC will be $250M. The MATOC will consist of a four-year base period and two three-year option periods for a total of ten years. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about January 2, 2024. �Details regarding the Optional Site Visit will be included in the solicitation.� Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.sam.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the System for Award Management website, http://www.sam.gov. �Paper copies of the solicitation will not be issued.� Telephone and Fax requests for this solicitation will not be honored. �Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. �To download the solicitation for this project, contractors are required to register at the System for Award Management website at http://www.sam.gov.� Amendments, if/when issued, 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 Offeror�s responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall 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 database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Jesse Scharlow, at jesse.e.scharlow@usace.army.mil or Alex Hamilton at alex.j.hamilton@usace.army.mil This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a366c71dd43481ab0c0ed172fcd0fb4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06904228-F 20231208/231206230045 (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.