Search Contract Opportunities

D/B SOUTHEAST MATOC   2

ID: W912QR19R0010 • Type: Presolicitation
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

Posted: Jan. 19, 2021, 9:47 a.m. EST

This opportunity is available to those offeror's that were selected to move forward to Phase II only.

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District hereby issues a Request for Proposal (RFP) W912QR19R0010 for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pools for design-build and design-bid-build construction and renovation projects within the Southeast Region of the Louisville District's Area of Responsibility. The Southeast Region will cover the following states: Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, North Carolina, Oklahoma, Puerto Rico, South Carolina, Tennessee, and Texas.

TYPE OF CONTRACT AND NAICS: This RFP to award no less than three (3) and up to seven (7) contractors for Firm Fixed Price Multiple Award Task Order Contracts (MATOCs). Each contract will have up to a ten-year ordering period, with a base of five years and five one-year options. The North American Industrial Classification System Code (NAICS) for this effort is 236220 Commercial and Institutional Building Construction.

TYPE OF SET-ASIDE: This acquisition will be a 100% Small Business Set-Aside procurement.

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 ten (10) 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 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 discussion should it be deemed in the Government's best interest.
CAPACITY/CONSTRUCTION MAGNITUDE: Southeast region will have a capacity not-to-exceed $170,000,000. The construction magnitude of the sample project is anticipated to be between $1,000,000 and $5,000,000, in accordance with FAR 36.204.

SOLICITATION WEBSITE: The official solicitation is available free of charge by electronic posting only and may be found at http://www.beta.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.beta.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.beta.SAM.gov: Offerors shall have and shall maintain an active registration in the beta.SAM database at http://www.beta.SAM.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid beta.SAM registration in the beta.SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the beta.SAM database, the Government reserves the right to award to the next prospective Offeror.
POINT-OF-CONTACT: The point-of-contact for this procurement is Jesse Scharlow, Jesse.E.Scharlow@usace.army.mil.

Posted: Jan. 14, 2021, 1:26 p.m. EST
Posted: Dec. 16, 2020, 2:30 p.m. EST
Posted: July 13, 2020, 3:49 p.m. EDT
Posted: June 9, 2020, 1:42 p.m. EDT
Posted: June 5, 2020, 10:32 a.m. EDT
Posted: May 7, 2020, 11:38 a.m. EDT
Posted: April 17, 2020, 9:45 a.m. EDT
Posted: March 3, 2020, 10:38 a.m. EST
Posted: March 3, 2020, 10:37 a.m. EST
Background
The U.S. Army Corps of Engineers (USACE) Louisville District issues a Request for Proposal (RFP) W912QR19R0010 for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pools for design-build and design-bid-build construction and renovation projects within the Southeast Region of the Louisville District’s Area of Responsibility. The Southeast Region will cover the following states: Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, North Carolina, Oklahoma, Puerto Rico, South Carolina, Tennessee, and Texas. This is a 100% Small Business Set-Aside procurement using a two-phase procurement approach. 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 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 ten most highly qualified offerors will be selected to participate in Phase II.

Work Details
The contract requires all labor, equipment, supplies, and consultant services for the design and construction of Building 900 Renovations Project at Lackland Air Force Base in San Antonio, Texas. The work includes miscellaneous renovations to Building 900, including ABA access and minor site drainage remediation.
The design and construction shall comply with the requirements contained in the RFP and the Unified Facilities Guide Specifications (UFGS) to establish minimum standards for design and construction quality.
The Contractor shall prepare complete construction documents including construction drawings, specifications, submittals, and design analysis as required by the RFP.

Period of Performance
The contract will have up to a ten-year ordering period with a base of five years and five one-year options.

Place of Performance
The project is located at Lackland Air Force Base in San Antonio, Texas.

Overview

Response Deadline
Jan. 21, 2020, 4:00 p.m. EST (original: April 20, 2020, 1:00 p.m. EDT) Past Due
Posted
March 3, 2020, 10:37 a.m. EST (updated: Jan. 19, 2021, 9:47 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
79%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 3/3/20 USACE Louisville District issued Presolicitation W912QR19R0010 for D/B SOUTHEAST MATOC due 1/21/20. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1JZ.
Primary Contact
Name
Jesse E. Scharlow   Profile
Phone
(502) 315-6183

Secondary Contact

Name
Emily A. Moore   Profile
Phone
(502) 315-6183

Documents

Posted documents for Presolicitation W912QR19R0010

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR19R0010

Award Notifications

Agency published notification of awards for Presolicitation W912QR19R0010

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912QR19R0010

Contract Awards

Prime contracts awarded through Presolicitation W912QR19R0010

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR19R0010

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR19R0010

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT LOUISVILL
FPDS Organization Code
2100-W912QR
Source Organization Code
100221425
Last Updated
Dec. 30, 2021
Last Updated By
jesse.e.scharlow@usace.army.mil
Archive Date
Dec. 30, 2021