Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

Y -- ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC)

Notice Date
7/1/2024 8:05:48 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G23R0069
 
Response Due
8/22/2023 3:00:00 PM
 
Archive Date
12/15/2024
 
Point of Contact
Nicholas Johnston, Christopher Preston II
 
E-Mail Address
nicholas.i.johnston2@usace.army.mil, christopher.r.preston@usace.army.mil
(nicholas.i.johnston2@usace.army.mil, christopher.r.preston@usace.army.mil)
 
Description
See the updated pre-solicitation notice under W9126G24R0118 -https://sam.gov/opp/56c38ee881744ccf8fe22105197f7eb6/view. All future notices and actions will take place under the solicitation number W9126G24R0118. 04 June 2024: Solicitation is currently anticipated to be posted to SAM.gov in early-July 2024 under solicitation number W9126G24R0118 (updated for new fiscal year). No responses are requested at this time. 23 April 2024: Solicitation is currently anticipated to be posted to SAM.gov in late-May 2024 under solicitation number W9126G24R0118 (updated for new fiscal year). No responses are requested at this time. 06 March 2024: Solicitation is currently anticipated to be posted to SAM.gov in late-March 2024 under solicitation number W9126G24R0118 (updated for new fiscal year). No responses are requested at this time. I apologize for the inconvenience. 25 Jan 2024: Solicitation is currently anticipated to be posted to SAM.gov in mid-February 2024 under solicitation number W9126G24R0118 (updated for new fiscal year). No responses are requested at this time. I apologize for the inconvenience. 12 Dec 2023: Solicitation is currently anticipated to be posted to SAM.gov in mid-January 2024 under solicitation number W9126G24R0118 (updated for new fiscal year). No responses are requested at this time. I apologize for the inconvenience.� 2 Nov 2023: Solicitation is currently anticipated to be posted to SAM.gov in December 2023. No responses are requested at this time. 18 May 2023: Solicitation is currently anticipated to be posted to SAM.gov in September 2023. No responses requested at this time. The U.S. Army Corps of Engineers (USACE) Fort Worth District (SWF) is seeking contractors with the capability to provide vertical construction services primarily in support of the Department of Homeland Security (DHS) in Texas, New Mexico, Arizona, and California under the Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC).� Although primarily intended to support DHS Border Patrol Sectors, this MATOC may also be used in support of other USACE programs.� The total cumulative amount of the MATOC shall not exceed $1.5 Billion in contract capacity and the Government intends to award a target of five (5) Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contracts.� Each contract will include a seven (7) year ordering period.� Individual task orders shall be awarded on a Firm-Fixed Price basis with a minimum guarantee of $2,500.� The minimum task order limitation is >$35 Million with a maximum task order limitation of $150 Million. Task orders under this MATOC may include a wide variety of construction services to include Design-Build or Design-Bid-Build new vertical construction, repairs, and alterations.� Requirements may include, but are not limited to, Border Patrol Stations, Sector Headquarters, Highway Checkpoints, Forward Operating Bases, K-9 Facilities, Detention Centers, Training Facilities, and Vehicle Maintenance Facilities to be indicated in each individual task order.� The North American Industrial Classification System (NAICS) code for work performed under this contract is 236220 � Commercial and Institutional Building Construction, which has a small business size standard of $39.5 Million in average annual receipts.� This solicitation is intended to be issued as Full and Open Competition with government intent to award five (5) Firm-Fixed Price IDIQ contracts.� Please note: Government anticipates advertising for vertical construction MATOC pools for an 8(a) set-aside and HUBZone set-aside in the future.� Information on the current Small Business set-aside MATOC pool is available under solicitation no. W9126G21R0020.� Please continue to monitor sam.gov for the upcoming notices. General Information: Solicitation is anticipated to be issued in MAR/APR 2023 Preproposal Conference date: A virtual preproposal conference may be held within two (2) weeks of the Phase One solicitation posting date.� Proposal due date: Anticipated thirty (30) days after solicitation posting date.� The solicitation will follow the Two-Phase Design Build Selection Procedures using the Best Value Trade Off process.� In Phase One, interested large or small business firms or joint venture entities (referred to as �Offerors�) shall submit specified performance capability proposals to demonstrate their capability to successfully execute vertical construction requirements including new construction, maintenance, repairs, and alterations utilizing Design-Build and Design-Bid-Build processes anticipated under this contract.� The Government will evaluate proposals in accordance with the Phase One evaluation criteria to determine which offerors will submit proposals for Phase Two.� The Government intends to select a maximum of ten (10) of the most highly qualified offerors to submit Phase Two proposals.� In Phase Two, the Government will evaluate proposals in accordance with the Phase Two evaluation criteria with intent to award five (5) Firm-Fixed Price IDIQ contracts.�� The solicitation package, materials, documents, drawings, specifications, and attachments to the anticipated solicitation will be available electronically only via sam.gov and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module which is free of charge.� Hard copy documents will NOT be supplied by the Government to any interested parties as a result of this presolicitation notice or the upcoming solicitation.� Please note: the Government will not be maintaining a bidder list during the solicitation period.� Offerors are encouraged to view the Interested Vendors List on SAM.gov if available.� In order for interested contractors to conduct business with the Federal Government, contractors must be registered in the System for Award Management (SAM) prior to submission of an offer.� Contractors can access SAM free of charge at www.sam.gov. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0c69eac8809e4f758b1aea1476dda8c0/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07113722-F 20240703/240701230108 (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.