Search Contract Opportunities

FY20 Performance Oriented Construction Activity (POCA) at Fort Leonard Wood, MO   3

ID: W912DQ20R4000 • Type: Solicitation • 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

Posted: Jan. 14, 2020, 4:18 p.m. EST

The U.S. Army Corps of Engineers, Kansas City District (NWK), intends to issue a solicitation for a Firm-Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) Performance Oriented Construction Activity (POCA) as an 8(a) small business set-aside, for design-build and design-bid-build construction services at Fort Leonard Wood, Missouri. The solicitation package is officially available on the Beta.Sam.gov website at www.beta.sam.gov under the Contracting Opportunities (FBO) section, and proposals will be due within 30 days from issuance of the solicitation.

AMENDMENTS/ATTACHMENTS

*December 6, 2019, Amendment 0001 was issued to update site visit, technical factor and price factor requirements.

*December 11, 2019, Pre-bid site visit document attached.

*December 13, 2019 Amendment 0001: Clerical error corrected to state that this is Amendment 0001, not 0004.

*December 13, 2019 Amendment 0002 is added to update Box 13A of the Standard Form 1442 and update Section 00 21 00.

*December 20, 2019, Amendment 0003 is uploaded to to reflect a change in the proposal due date, bidder inquiry schedule and updated site visit.

*January 9, 2020, Amendment 0004 is uploaded to reflect changes as a result of bidder inquiries.

*January 14, 2020, Amendment 0005 is uploaded to reflect changes to the supplemental bid schedule.

This is 100% set-aside for qualified 8(a) small business within SBA Region VII, which includes the states of Iowa, Kansas, Missouri, and Nebraska.

The NAICS code that will apply to projects under these contracts will be NAICS 236220 (Commercial and Institutional Building Construction.) The Size standard is $36.5 million.

The Government will award one (1) IDIQ POCA contract award under this solicitation with a capacity of $25 million. Task Orders issued under this contract shall be issued for work assigned for Fort Leonard Wood, Missouri. The minimum guarantee on this contract is $1,500.00. Individual projects under this contract will be awarded by task order. Task orders will be issued in accordance with DFARS 216.505-70, at the Government's discretion. As requirements develop, Request for Proposals (RFPs) for projects will be issued for each task order.

Task orders will include primarily Sustainability, Renovation, and Modernization (SRM), or Operations and Maintenance (O&M) projects. Task orders will not exceed $2.0 million. Task orders will be negotiated to obtain a fair and reasonable price. The seed project for the POCA is the Renovation of Building 773 at Fort Leonard Wood, Missouri. This includes exterior repairs as necessary and repaint new windows and walk-in doors to match doors being put in building 772. Provide concrete apron to meet concrete apron from Building 772. Interior work includes repairs to existing cages, refurbish/update latrines (plumbing and electric), general cleaning and spot painting is required.

The Government will evaluate the performance capability and price of proposals utilizing a one (1) Phase evaluation procedure. The solicitation will include one (1) initial task order to be awarded to the base contract awardee. The Government will evaluate the proposals in accordance with the criteria described in the solicitation and the proposals will be due on or about the week of January 2, 2020.

The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Submission Requirements and the Basis for Award. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.2, source selection procedures.

The Government intends to award without discussions. Competition for this requirement is restricted to 8(a) firms that have a bona fide place of business within SBA Region VII, which includes the states of Iowa, Kansas, Missouri, and Nebraska. Submission of the SBA letter approving the firm's bona fide place of business within Region VII will be required with the offeror's proposal.

Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the 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 SAM data base, the Government reserves the right to award to the next prospective offeror.

Interested offerors are required to submit their representations and certifications to the System for Award Management (SAM) website at https://www.sam.gov/portal/public/SAM/. The solicitation and associated information will be available from the FedBizOpps website https://www.fbo.gov. This will normally 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.

All communications must be made in writing. Prospective Offerors shall submit contracting and technical inquiries and questions concerning the solicitation via Bidder Inquiry in ProjNet at www.projnet.org/projnet. A Bidder Inquiry Key will be provided with the solicitation.

Point of Contact:

Jaclyn Yocum, Contract Specialist jaclyn.c.yocum@usace.army.mil

Posted: Jan. 9, 2020, 3:15 p.m. EST
Posted: Dec. 20, 2019, 12:33 p.m. EST
Posted: Dec. 20, 2019, 12:29 p.m. EST
Posted: Dec. 13, 2019, 4:33 p.m. EST
Posted: Dec. 11, 2019, 12:56 p.m. EST
Posted: Dec. 6, 2019, 10:41 a.m. EST
Posted: Dec. 6, 2019, 10:31 a.m. EST
Posted: Dec. 3, 2019, 10:26 a.m. EST

Overview

Response Deadline
Jan. 16, 2020, 3:00 p.m. EST (original: Jan. 2, 2020, 3:00 p.m. EST) Past Due
Posted
Dec. 3, 2019, 10:26 a.m. EST (updated: Jan. 14, 2020, 4:18 p.m. EST)
Set Aside
8(a) (8A)
Place of Performance
Fort Leonard Wood, MO United States
Source

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 12/3/19 USACE Kansas City District issued Solicitation W912DQ20R4000 for FY20 Performance Oriented Construction Activity (POCA) at Fort Leonard Wood, MO due 1/16/20. The opportunity was issued with a 8(a) (8A) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1JZ.
Primary Contact
Title
Contracting Specialist
Name
Jaclyn C. Yocum   Profile
Phone
(816) 389-2266

Documents

Posted documents for Solicitation W912DQ20R4000

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912DQ20R4000

Award Notifications

Agency published notification of awards for Solicitation W912DQ20R4000

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912DQ20R4000

Contract Awards

Prime contracts awarded through Solicitation W912DQ20R4000

Protests

GAO protests filed for Solicitation W912DQ20R4000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912DQ20R4000

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912DQ20R4000

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST KANSAS CITY
FPDS Organization Code
2100-W912DQ
Source Organization Code
100255257
Last Updated
April 2, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 2, 2020