Search Contract Opportunities

D/B WESTERN MATOC   8

ID: W912QR19R0011 • Type: Solicitation
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: April 13, 2021, 5:30 p.m. EDT

AMENDMENT 0006 Issued 13 April 2021

AMENDMENT 0005 Issued 8 April 2021

AMENDMENT 0004 issued 25 March 2021

AMENDMENT 0003 issued 12 March 2021

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District hereby issues a Request for Proposal (RFP) W912QR19R0011 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 Western Region of the Louisville District's Area of Responsibility. The Western Region will cover the following states: Arizona, California, Colorado, Hawaii, Idaho, Iowa, Kansas, Minnesota, Missouri, Montana, Nebraska, Nevada, New Mexico, North Dakota, Oregon, South Dakota, Utah, Washington, and Wyoming.

TYPE OF CONTRACT AND NAICS: This RFP is 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% Historically Underutilized Business Zone (HUBZone) 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 discussions should it be deemed in the Government's best interest.

CAPACITY/CONSTRUCTION MAGNITUDE: Western Region will have a capacity not-to-exceed $70,000,000. 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.

Posted: April 8, 2021, 3:29 p.m. EDT
Posted: March 25, 2021, 7:35 a.m. EDT
Posted: March 12, 2021, 3:10 p.m. EST
Posted: March 1, 2021, 4:49 p.m. EST
Posted: March 1, 2021, 10:28 a.m. EST
Posted: Aug. 20, 2020, 2:59 p.m. EDT
Posted: July 24, 2020, 9:07 a.m. EDT
Background
The U.S. Army Corps of Engineers (USACE) Louisville District issued a Request for Proposal (RFP) W912QR19R0011 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 Western Region of the Louisville District’s Area of Responsibility. The Western Region will cover the following states: Arizona, California, Colorado, Hawaii, Idaho, Iowa, Kansas, Minnesota, Missouri, Montana, Nebraska, Nevada, New Mexico, North Dakota, Oregon, South Dakota, Utah, Washington, and Wyoming. The RFP is 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 proposals will be evaluated using a Best Value Trade Off source selection process.

Work Details
The work includes design-build and design-bid-build construction and renovation projects within the Western Region of the Louisville District’s Area of Responsibility. The proposals must include information sufficiently detailed to clearly describe the offeror's capability for successfully completing the solicited project. The proposals will be evaluated in two phases: Phase I consideration will be given in two evaluation factors: Past Performance and Technical Approach. Phase II consideration will be given in three evaluation factors: Design/Technical, Management Approach, and Price. The Western Region will have a capacity not-to-exceed $70,000,000 with the construction magnitude of the sample project anticipated to be between $1,000,000 and $5,000,000.

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 geographic location(s) where the construction projects will be performed are within the Western Region of the Louisville District’s Area of Responsibility covering states such as Arizona, California, Colorado, Hawaii, Idaho,
Iowa,
Kansas,
Minnesota,
Missouri,
Montana,
Nebraska,
Nevada,
New Mexico,
North Dakota,
Oregon,
South Dakota,
Utah
Washington
and Wyoming.

Overview

Response Deadline
April 19, 2021, 2:00 p.m. EDT (original: Aug. 24, 2020, 1:00 p.m. EDT) Past Due
Posted
July 24, 2020, 9:07 a.m. EDT (updated: April 13, 2021, 5:30 p.m. EDT)
Set Aside
HUBZone (HZC)
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
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 7/24/20 USACE Louisville District issued Solicitation W912QR19R0011 for D/B WESTERN MATOC due 4/19/21. The opportunity was issued with a HUBZone (HZC) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1JZ.
Primary Contact
Name
Joshua A. Gitchel   Profile
Phone
(502) 315-6196

Secondary Contact

Name
Emily A. Moore   Profile
Phone
None

Documents

Posted documents for Solicitation W912QR19R0011

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912QR19R0011

Award Notifications

Agency published notification of awards for Solicitation W912QR19R0011

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912QR19R0011

Contract Awards

Prime contracts awarded through Solicitation W912QR19R0011

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912QR19R0011

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912QR19R0011

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
April 13, 2021
Last Updated By
joshua.gitchel@usace.army.mil
Archive Date
Dec. 31, 2021