Search Contract Opportunities

ANC Road Construction   4

ID: W9123621R2012 • Type: Presolicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

INDEFINITE DELIVERY INDEFINITE QUANTITY

SMALL BUSINESS SET ASIDE, MULTIPLE AWARD TASK ORDER CONTRACT FOR ROAD REPAIR AND FUTURE ROAD PROJECTS AT ARLINGTON NATIONAL CEMETERY, VA

This is a pre-solicitation notice. This is NOT a solicitation. Do NOT submit proposals or questions in response to this notice.

The U.S. Army Corps of Engineers-Norfolk District intends to issue a Request for Proposal (RFP) for a Small Business Set Aside (SBSA) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order (MATOC), to be awarded to approximately three (3) contractors. This procurement will be conducted in accordance with FAR Part 15, Contracting by Negotiation. This is a Best Value Tradeoff Process. The trade off factors are project approach, Corporate Experience, Past Performance and Price.

The requirement will be solicited as a 100% Small Business Set Aside. The applicable NAICS code is 237310 Highway, Street and Bridge Construction with a Business Standard of $39,500,000. The MATOC will have an estimated total contract capacity of $49,000,000 and will have an estimated Task Order range of $50,000 - $15,000,000.

Project Description: The ANC ROAD MATOC acquisition is intended for Design Bid Build (DBB), multiple future road projects, new construction, minor repair or full depth reconstruction, and small ancillary cultural resources preservation projects as required by ANC. Specific requirements will be defined in the Statement of Work (SOW) provided for each individual task order; items included but not limited to, installing/replacing curbs, gutters, milling and paving, asphalt/concrete, roadway/bridge/culvert reconstruction, sub grade, inlets/manholes, drain pipes, storm separators, under drains, ancillary utilities, historic bridge/culvert repair/replacement, historic spring cleaning & repointing, and finishing landscape throughout the cemeteries. Prospective offerors will be required to submit pricing for the seed project to be considered responsive. The minimum guarantee is $10,000

Period of Performance will be from the date of award to one (1) year thereafter, plus four (4) 1-year option periods. Place of Performance will be Arlington Virginia and Washington DC

Contractors will be required to submit bonding documents prior to award.

The Government intends to award a firm fixed priced IDIQ contract to the responsible offerors whose proposals conform to the terms of the RFP notice, are determined fair and reasonable, and offer the best overall value to the Government as determined through a RFP Best Value Trade-off process.

The RFP and accompanying documents will be issued electronically and will be uploaded to beta.sam.gov in October 2020. Telephone calls or written requests for the RFP package will NOT be accepted. Prospective offerors are responsible for monitoring beta.sam.gov to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective Offerors are required to be registered in SAM when submitting an offer, and shall continue to be registered until time of award, during performance, and through final payment of any contract

For inquiries about this notice, please contact Mr. Phil Mathews at (757) 201-7292 or philip.d.mathews@usace.army.mil

Overview

Response Deadline
Oct. 22, 2020, 10:00 a.m. EDT Past Due
Posted
Oct. 7, 2020, 12:58 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Arlington, VA United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
66%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
86% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 10/7/20 USACE Norfolk District issued Presolicitation W9123621R2012 for ANC Road Construction due 10/22/20. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237310 (SBA Size Standard $45 Million) and PSC Y1LB.
Primary Contact
Name
Philip Mathews   Profile
Phone
(757) 201-7292
Fax
None

Secondary Contact

Name
Dianne K. Grimes   Profile
Phone
(757) 201-7839
Fax
7572017183

Documents

Posted documents for Presolicitation W9123621R2012

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W9123621R2012

Award Notifications

Agency published notification of awards for Presolicitation W9123621R2012

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W9123621R2012

Contract Awards

Prime contracts awarded through Presolicitation W9123621R2012

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9123621R2012

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9123621R2012

Experts for ANC Road Construction

Recommended experts avaliable for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST NORFOLK
FPDS Organization Code
2100-W91236
Source Organization Code
100221786
Last Updated
May 1, 2021
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 1, 2021