Search Contract Opportunities

Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build and General Construction Projects within the Boundaries of the U.S. Army Corps of Engineers (USACE), South Atlantic Division   4

ID: W912EP24R0008 • Type: Solicitation

Description

Posted: April 12, 2024, 1:31 p.m. EDT

TITLE: INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR DESIGN-BUILD AND GENERAL CONSTRUCTION PROJECTS WITHIN THE BOUNDARIES OF THE U.S. ARMY CORPS OF ENGINEERS (USACE), SOUTH ATLANTIC DIVISION

DESCRIPTION OF WORK: The purpose of this acquisition is to provide a readily available contract tool that will enable the Jacksonville Districts Operations Division to proactively and responsively execute the construction, renovation, and repair requirements identified within the District. Task Orders placed under this MATOC include various types of construction, but not limited to new builds, demolition, renovation, and repairs related to civil works and military projects within USACE, South Atlantic Division (SAD). The support for military and civil works projects will encompass all types of facilities such as commercial, industrial, logistical, or any other types where general construction trades and practices are typically used in the construction, renovation, expansion, and repairs. Facilities may be located within private lands, within federal, state, municipal, territorial/Indian Lands, within waterways and bodies of water, within the contiguous coastal zones to a depth of 12 feet, or on and around levees and water control features. The support for civil works projects will include environmental restoration, flood control, erosion control, bridges, paving and drainage, culvert work, grading, canals, levees and dams, industrial controls, waterway lock and spillway controls, geotechnical work to include piling and foundations, utility systems, and monitoring stations. Project sponsors may be military, other government agencies or entities for whom USACE is assigned as the Construction Agent. Tasks may involve industrial process equipment, industrial ventilation systems, building and industrial controls, water control structures, and energy management systems. The scope of support that this MATOC will provide, may include both renovation and new construction. The total of all task orders issued under the contract will not be more than $80,000,000.00, which will be shared among all MATOC holders. The magnitude of task order awards is expected to vary greatly but not be less than $25,000.00. This contracting effort will ensure that the Jacksonville District is able to support the construction needs of the Operations Division and other potential partners over the next five years. The base period of this MATOC will be one year and will include four optional ordering periods of one year. The required $80,000,000 in total capacity would cover the anticipated capacity utilization rate and include a reasonable contingency in the event that the program shows unexpected growth or large obligations during the contract period.

PROPOSAL REQUIREMENTS: This requirement will be competed as a 100% small business set-aside using the Two-Phase Design Build procedures identified in the FAR subpart 36.3. The Contracting Officer shall also be the SSA for this procurement. This solicitation will result in the award of a firm-fixed price (FFP) MATOC. It is the intent of the Government to award a target of five base IDIQ contracts as a result of this procurement. The Government is not obligated to award an IDIQ contract to all Offerors competing in Phase Two. The Government reserves the right to reject any and/all offers. Phase I proposals will be evaluated on the factors of (1) Past Performance and (2) Technical Approach for Design Build. Price is not a submission requirement for Phase I. Following completion of the evaluation of Phase I, up to a maximum of five most highly qualified offerors will be selected to participate in Phase II. Proposals for Phase II will be evaluated on the factors of (3) Design Technical and Schedule (consisting of Organization and Technical Approach; Design Analysis and Construction Approach; and Proposed Project Summary Schedule) and (4) Price.

NAICS Code 236220: Commercial and Institutional Building Construction Small Business Size Standard: $45,000,000

Anticipated Magnitude of Construction per DFARS 236.204: $25,000,000 - $100,000,000

THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE.

A Pre-Proposal Conference will be held on Wednesday, 03 April 2024 from 10:00 am ? 11:00 am, EST via teleconference. The call-in number is: +1 601-262-2433 and the ACCESS CODE is: 898 260 312# https://dod.teams.microsoft.us/l/meetup-join/19%3adod%3ameeting_79bdffb47997433693dc5fbbc1a5278d%40thread.v2/0?context=%7b%22Tid%22%3a%22fc4d76ba-f17c-4c50-b9a7-8f3163d27582%22%2c%22Oid%22%3a%2278366291-3253-4a86-bd0a-a23c469f95cd%22%7d * It is requested that an email be sent to Isis.S.Hill@usace.army.mil and Walter.D.Love@usace.army.mil to confirm attendance by your organization.

Posted: April 12, 2024, 1:31 p.m. EDT
Posted: April 10, 2024, 5:26 p.m. EDT
Posted: March 22, 2024, 12:46 p.m. EDT
Posted: March 19, 2024, 9:03 a.m. EDT
Background
The purpose of this acquisition is to provide a readily available contract tool that will enable the Jacksonville Districts Operations Division to proactively and responsively execute the construction, renovation, and repair requirements identified within the District. The contracting effort will ensure that the Jacksonville District is able to support the construction needs of the Operations Division and other potential partners over the next five years. The base period of this MATOC will be one year and will include four optional ordering periods of one year. The total of all task orders issued under the contract will not be more than $80,000,000.00, which will be shared among all MATOC holders.

Work Details
The support for military and civil works projects will encompass all types of facilities such as commercial, industrial, logistical, or any other types where general construction trades and practices are typically used in the construction, renovation, expansion, and repairs. Facilities may be located within private lands, within federal, state, municipal, territorial/Indian Lands, within waterways and bodies of water, within the contiguous coastal zones to a depth of 12 feet, or on and around levees and water control features.

The support for civil works projects will include environmental restoration, flood control, erosion control, bridges, paving and drainage, culvert work, grading, canals, levees and dams, industrial controls, waterway lock and spillway controls, geotechnical work to include piling and foundations, utility systems, and monitoring stations. Tasks may involve industrial process equipment, industrial ventilation systems, building and industrial controls, water control structures, and energy management systems.

Period of Performance
The period of performance for the contract is over the next five years.

Place of Performance
The geographic location(s) where the construction projects will be performed are not specifically mentioned in the provided information.

Overview

Response Deadline
April 18, 2024, 2:00 p.m. EDT Past Due
Posted
March 19, 2024, 9:03 a.m. EDT (updated: April 12, 2024, 1:31 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
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 3/19/24 USACE Jacksonville District issued Solicitation W912EP24R0008 for Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build and General Construction Projects within the Boundaries of the U.S. Army Corps of Engineers (USACE), South Atlantic Division due 4/18/24. 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
Walter Love   Profile
Phone
(904) 232-2021

Secondary Contact

Name
William Wallace   Profile
Phone
(904) 232-2180

Documents

Posted documents for Solicitation W912EP24R0008

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation W912EP24R0008

Award Notifications

Agency published notification of awards for Solicitation W912EP24R0008

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912EP24R0008

Contract Awards

Prime contracts awarded through Solicitation W912EP24R0008

Incumbent or Similar Awards

Contracts Similar to Solicitation W912EP24R0008

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912EP24R0008

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912EP24R0008

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT JACKSONVI
FPDS Organization Code
2100-W912EP
Source Organization Code
100221797
Last Updated
April 12, 2024
Last Updated By
isis.s.hill@usace.army.mil
Archive Date
April 12, 2025