Search Contract Opportunities

Design-Build/Design-Bid-Build MATOC   2

ID: W912ES22R0004 • Type: Solicitation • Match:  90%
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

This solicitation covers construction of and/or design and construction of civil works projects within the St. Paul and Rock Island District's Area of Responsibility (AOR). The AOR of the two Districts includes portions of North Dakota, South Dakota, Minnesota, Wisconsin, Illinois, Iowa, and Missouri. The work shall be in accordance with RFP documents issued within this solicitation. The contract is 100% set-aside for small businesses. It is the Government's intent to award multiple firm-fixed price, indefinite-delivery indefinite- quantity (IDIQ) task-order contracts.

The purpose of this Multiple Award Task Order Contract (MATOC) is to perform work for a broad range of civil works projects. Projects may include construction of a designed project or the design and construction (Design-Build) of a project. The MATOC will be awarded with a 5-year ordering period. The total value of all task orders awarded under this MATOC will not exceed $50,000,000. As requirements develop, RFPs for projects will be issued under individual Task Orders. Each individual IDIQ contract issued under the MATOC will have a guaranteed minimum of $2,000.00.

Task Orders will include work under a broad range of civil works and facility projects. Individual contract holders are encouraged but not required to submit offers on individual project. Task Orders will be negotiated to obtain a fair and reasonable price. Individual Task Orders contemplated under this solicitation may range from $50,000 to $5,000,000.

Work will consist of a wide range of civil works and facility Design-Build/Design-Bid-Build projects. The NAICS code for this procurement is 237990.

Types of projects that may be performed under this contract may include, but are not limited to, installation, upgrades, removal/replacements and/or repairs of:

  • Roadways and parking lots
  • Vertical and horizontal concrete
  • Boat ramps and docks
  • Embankment stabilization and/or rip rap placement
  • Interior and exterior facility restoration
  • Roofing systems
  • Earth shaping, berms, earthwork, and levees
  • Vault toilets, playground equipment, pavilions, and other small structures
  • Sustainable construction facility upgrades
  • Civil utility systems
  • Facility utility systems
  • Campground facilities

Individual projects will be awarded at the task order level. In order to compete for task orders, Offerors must first be awarded an Indefinite Quantity Indefinite Delivery (IDIQ) contract under this solicitation. To be awarded a contract, Offerors must submit qualification packages (proposal), demonstrating their construction and management capabilities in order to demonstrate they can successfully execute task orders (individual construction projects) issued against the IDIQ contracts. The Government will award contracts to all firms that meet the requirements laid out in this solicitation. After the IDIQ contracts have been awarded, individual projects will be competed among these contract holders. The issuance of orders will be done via detailed Request for Proposal (RFP) criteria being issued for individual projects to all IDIQ contract holders. Contractors, if so inclined, will submit their offers for a given project with the primary factor for award for the task orders.

Overview

Response Deadline
Sept. 7, 2022, 4:00 p.m. EDT (original: Sept. 1, 2000, 4:00 p.m. EDT) Past Due
Posted
Aug. 5, 2022, 11:45 a.m. EDT (updated: Aug. 18, 2022, 1:35 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Signs of Shaping
78% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 8/5/22 USACE St. Paul District issued Solicitation W912ES22R0004 for Design-Build/Design-Bid-Build MATOC due 9/7/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237990 (SBA Size Standard $45 Million) and PSC Y1PZ.
Primary Contact
Name
Terry Zenker   Profile
Phone
(651) 290-5407

Secondary Contact

Name
Jesse Onkka   Profile
Phone
(651) 290-5444

Documents

Posted documents for Solicitation W912ES22R0004

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912ES22R0004

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912ES22R0004

Contract Awards

Prime contracts awarded through Solicitation W912ES22R0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912ES22R0004

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912ES22R0004

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > MVD > W07V ENDIST ST PAUL
FPDS Organization Code
2100-W912ES
Source Organization Code
100221313
Last Updated
Aug. 18, 2022
Last Updated By
jesse.l.onkka@usace.army.mil
Archive Date
Sept. 30, 2022