Search Contract Opportunities

Indefinite Delivery/Indefinite Quantity Construction Multiple Award Task Order Contract   2

ID: W912WJ20R0005 • 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: June 12, 2020, 12:56 p.m. EDT

$90M Indefinite Delivery/Indefinite Quantity

Construction Multiple Award Task Order Contract

USACE New England District

**Amendment 0006 issued on 12JUN2020**

**Amendment 0005 issued on 08JUN2020**

**Amendment 0004 issued on 27MAY2020**

**Amendment 0003 issued on 19MAY2020**

**Amendment 0002 issued on 12MAY2020**

**Amendment 0001 issued on 29APR2020**

The U.S. Army Corps of Engineers (USACE), New England District (CENAE) mission includes support to Military customers, other Federal agencies, and State/Local partners who require execution of vertical and horizontal construction projects via the Design-Bid-Build (DBB) method of delivery. To support this mission, CENAE intends to procure a five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract for construction services with a total contract value of $90M. The District intends to award a target of six (6) contracts to small business entities. It is anticipated that Task Orders (TOs) typically awarded under the proposed MATOC will range in size from $500,000 to $10M, but smaller or larger TOs may also be awarded. The CENAE Military Program, which will be the primary user of the proposed MATOC, includes customers located throughout the six (6) New England states, including Maine, New Hampshire, Vermont, Massachusetts, Connecticut and Rhode Island. In addition to the District's local customers, the proposed MATOC may provide work in the New York District Area of responsibility (AOR). The New England AOR includes military facilities and other project locations within the states of Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, and New York. The anticipated customer base includes, but is not limited to: Vermont Air National Guard, New Hampshire Air National Guard, Hanscom Air Force Base, Natick Soldier Systems Center, Fort Devens, Westover Air Reserve Base, Joint Base Cape Cod, Rhode Island Air National Guard, Naval Undersea Warfare Center Division-Newport, U.S. Department of Veterans Affairs, U.S. Department of Homeland Security, and the U.S. Environmental Protection Agency.

The scope of work will consist of a broad range of construction tasks to include, but not limited to: minor new construction, renovation, repairs, upgrades, alterations, and preventive maintenance for vertical construction-type projects. The scope of work for vertical construction may include but is not limited to: structural systems, roof systems, mechanical systems, plumbing systems, heating, ventilation and air conditioning (HVAC) systems, fire suppression systems, fire alarm systems, electrical systems, telecommunication systems, building security systems, and associated civil/site features (utilities, stormwater and wastewater management, parking, roadways, grading, landscaping, and site security). Task orders issued under this contract may also include minor standalone civil/site/infrastructure projects and the following types of work incidental to the vertical construction project: environmental abatement (such as lead paint or asbestos), general earthwork, miscellaneous interior/exterior elements, system testing, building commissioning, requirements for anti-terrorism and force protection (ATFP), LEED, LID, EISA, EPACT, historical building renovations, or incidental design.

The Government reserves the right to issue additional solicitations and award additional contracts within the region covered by this solicitation. The scope of work will consist of a broad range of construction tasks to include but not limited to minor new construction, renovation, repairs, upgrades, alterations, and preventive maintenance for vertical construction type projects. Work could also include horizontal construction incidental to a vertical construction project or as the primary task under a task order.

As stated previously, CENAE intends to solicit the proposed MATOC to a target of six (6) small business entities. The proposed procurement will be solicited using the best-value procurement method. This acquisition will be conducted in accordance with FAR Part 15; FAR 36.3; DOD Source Selection Procedures; the Army Source Selection Supplement, and the UAI. The total contract value is $90M and the projected award date is July 2020.

This notice does not commit the U.S. Government to contract for any supply or service.

Posted: June 12, 2020, 8:38 a.m. EDT
Posted: June 8, 2020, 3:27 p.m. EDT
Posted: May 27, 2020, 12:38 p.m. EDT
Posted: May 19, 2020, 2:26 p.m. EDT
Posted: May 12, 2020, 11:58 a.m. EDT
Posted: April 29, 2020, 3:39 p.m. EDT
Posted: April 24, 2020, 1:00 p.m. EDT

Overview

Response Deadline
June 15, 2020, 2:00 p.m. EDT (original: May 27, 2020, 2:00 p.m. EDT) Past Due
Posted
April 24, 2020, 1:00 p.m. EDT (updated: June 12, 2020, 12:56 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
MA United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely 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 4/24/20 USACE New England District issued Solicitation W912WJ20R0005 for Indefinite Delivery/Indefinite Quantity Construction Multiple Award Task Order Contract due 6/15/20. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1QA.
Primary Contact
Name
Ben Hoell   Profile
Phone
(978) 318-8084

Secondary Contact

Name
Erin E. Bradley   Profile
Phone
(978) 318-8195

Documents

Posted documents for Solicitation W912WJ20R0005

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912WJ20R0005

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912WJ20R0005

Contract Awards

Prime contracts awarded through Solicitation W912WJ20R0005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912WJ20R0005

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912WJ20R0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST NEW ENGLAND
FPDS Organization Code
2100-W912WJ
Source Organization Code
100221388
Last Updated
Sept. 9, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 9, 2020