SOLICITATION NOTICE
Y -- PRE-SOLICITAITON NOTICE FOR INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD CONSTRUCTION CONTRACT FOR ROOFING PROJECTS AT THE LAKE CITY ARMY AMMUNITION PLANT
- Notice Date
- 5/28/2024 1:13:53 PM
- Notice Type
- Presolicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ24R7002
- Response Due
- 6/7/2024 2:00:00 PM
- Archive Date
- 06/22/2024
- Point of Contact
- Angelique Oldsen, Phone: 8163892111, Jay B. Denker, Phone: 8163893934
- E-Mail Address
-
angelique.m.oldsen@usace.army.mil, Jay.B.Denker@usace.army.mil
(angelique.m.oldsen@usace.army.mil, Jay.B.Denker@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The US Army Corps of Engineers, Kansas City District, intends to issue an Indefinite Delivery Type Contract (IDC) for Roofing Repairs and Replacement at the Lake City Army Ammunition Plant (LCAAP) in Independence, MO. This is a two-phase best value tradeoff solicitation for offers of a firm fixed-price Multiple Award Task Order Contracts (MATOC) for Design-Build and Design-Bid-Build Construction projects. This is a 100% small business set-aside. The NAICS code that will apply to projects under these contracts will be NAICS 238160 (Roofing Contractors). The Size standard is $19 million. The Government will award a target of three (3) base Indefinite Delivery/Indefinite Quantity (ID/IQ) contract awards to firms under this solicitation. The MATOC will share an ordering capacity of $49 million. The MATOC duration will be five (5) years. The minimum guarantee on this contract is $2,500.00. Individual projects under this contract will be awarded by task order. The general scope of the requirements is to furnish all plant, labor, equipment, materials, and transportation and performing all required work in accordance with the plans and specifications for replacement and repair of asphalt shingle, built-up asphalt, styrene-butadiene-styrene modified bituminous (mod bit), ethylene-propylene-diene-monomer (EPDM), polyvinyl-chloride (PVC), thermoplastic-polyolefin (TPO), and architectural and structural metal panel roofs. The Government will evaluate the performance capability of Phase 1 proposals in accordance with the criteria described in the Phase 1 solicitation and will select a target of five {5) proposals to compete in Phase 2 for the MATOC pool. The Phase 2 solicitation will include an initial task order which will also be awarded to one of the base contract awardees. The Government will evaluate price, and technical factors in the Phase 2 proposals in accordance with the criteria described in the Phase 2 solicitation for best value trade off. The Phase 1 and Phase 2 solicitations 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 Federal Acquisition Regulation {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. Bids will be due the day and time specified in the solicitation. The solicitation is expected to be available in July of 2024. Notice is given that it has been determined a consolidation of contract requirements is necessary and justified for this action. The determination will be published with the solicitation.� To view or download the solicitation and all other associated documents requires registration at the https://www.sam.gov/SAM/ website.� Offerors are responsible for checking the beta.sam.gov website frequently for any update(s) or questions and answers to the solicitation.� This will normally 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.� This website is occasionally inaccessible due to maintenance.� The Government is not responsible for any loss of internet connectivity or for an offeror�s inability to access the document at the reference website. Prior to submitting a bid, interested offerors must have an active registration in the System for Award Management (SAM) database. Bids from contractors without an active SAM registration will NOT be considered for award.� Firms can register via the SAM internet website at https://www.sam.gov/SAM/. �If the offeror is a Joint Venture (JV), the JV entity must have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. �SAM.GOV registration is free of charge. For assistance with SAM registration, please visit https://www.aptac-us.org/� ��� If you have questions about Government procurements in general or need assistance in the preparation of your proposal, a local Procurement Technical Assistance Center (PTAC) may be able to help.� The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace.� To locate a PTAC near you, go to http://www.aptac-us.org/sam-registration/. This is a free service by a nonprofit paid for by the U.S. Government. For any questions or inquiries, contact the primary point of contact listed on this announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/480355ba7ce644c9b94673d5357dd867/view)
- Place of Performance
- Address: Independence, MO, USA
- Country: USA
- Country: USA
- Record
- SN07078010-F 20240530/240529051352 (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 |