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

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
29 July 2024
Opportunity publication date
02 July 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

***To respond and submit your Phase I propsoal, please log into the Procurement Integrated Enterprise Environment (PIEE) and use the Solicitation module to search for W9126G24R0118. A company may also log into PIEE and use the following link: https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W9126G24R0118***
This solicitation notice is related Pre-solicitation Notice: W9126G23R0069 - https://sam.gov/opp/025e5f817c24498ca9e2decfd0a65cc4/view / W9126G24R0118 - https://sam.gov/opp/56c38ee881744ccf8fe22105197f7eb6/view 
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 5 year base period and 2 option years.  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:
Preproposal Conference date: A virtual preproposal conference may be held within two (2) weeks of the Phase One solicitation posting date. 
Proposal due date: 29 July 2024 at 1700hrs - Central time 
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.

Opportunity closing date
29 July 2024
Value of contract
to be confirmed

About the buyer

Address
W076 ENDIST FT WORTH

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?