United States - Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide

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
07 October 2024
Opportunity publication date
05 September 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

***THE GOVERNMENT WILL BE HOSTING A VIRTUAL PREPROPOSAL CONFERENCE FOR THIS REQUIREMENT. THIS VIRTUAL PREPROPOSAL CONFERENCE IS SCHEDULED FOR THURSDAY, SEPTEMBER 12TH FROM 10:00 AM ET TO 11:30 AM ET. A FORMAL AMENDMENT WILL BE ISSUED WITH DETAILS FOR PARTICIPATION IN THIS CONFERENCE.
THE GOVERNMENT REQUESTS THAT INTERESTED VENDORS FILL-OUT AND SUBMIT A COPY OF THE ATTACHED PREPROPOSAL CONFERENCE REGISTRATION FORM TO BLAKE GEVEDON AT WILLIAM.B.GEVEDON@USACE.ARMY.MIL.***

***DUE TO A SYSTEM ERROR, THIS POSTING INCORRECTLY IDENTIFIED A PROPOSAL DUE DATE OF 10/29/2024. THIS HAS BEEN CORRECTED TO IDENTIFY THE PROPOSAL DUE DATE OF 10/7/2024 REFLECTED IN THE ATTACHED SOLICITATION. PROPOSALS ARE DUE ON 10/7/2024 AT 2:00 PM EDT.*** 
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR23R0048 for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool for design-build and design-bid-build new construction of mechanical, electrical, and civil work including infrastructure, microgrid construction, water conservation, and resilience projects within the Contiguous United States (CONUS) and Puerto Rico.

TYPE OF CONTRACT AND NAICS: This RFP is to award a target of twelve (12) contracts for Firm Fixed Price Multiple Award Task Order Contracts (MATOCs) with a target of four (4) small business reserve awards within this MATOC pool. Each contract will have up to a ten-year ordering period, consisting of a base ordering period of three (3) years and seven (7) one-year options. The North American Industrial Classification System Code (NAICS) for this effort is 237130 – Power and Communication Line and Related Structures Construction.

TYPE OF SET-ASIDE: This acquisition will be a Full and Open Procurement with a target four (4) Small Business Reserve Set-Aside pool.

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. Phase I consideration will be given in two (2) evaluation factors: Past Performance and Technical Approach. The highest rated proposals will be down-selected, and offerors with these proposals will be invited to submit proposals for Phase II. Up to a maximum of eighteen (18) most highly qualified offerors will be selected to participate in Phase II. During Phase II, consideration will be given in three (3) evaluation factors: Design/Technical, Management Approach, Small Business Participation Plan, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.

DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest.

CAPACITY/CONSTRUCTION MAGNITUDE: This contract will have a capacity not-to-exceed $2,000,000,000. The construction magnitude of the sample project is anticipated to be between $10,000,000 and $25,000,000, in accordance with DFARS 236.204.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at 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 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 Offerors 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: http://www.SAM.gov: 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.
Offerors shall also submit all proposals to this announcement through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. This requires that all Offerors be registered in PIEE.

POINT-OF-CONTACT: The point-of-contact for this procurement is Blake Gevedon, William.B.Gevedon@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Opportunity closing date
07 October 2024
Value of contract
to be confirmed

About the buyer

Address
W072 ENDIST LOUISVILLE

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?