Search Contract Opportunities

Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for Environmental Restoration Services within the Great Lakes and Ohio River Division (LRD) and Louisville District (LRL) mission boundaries   2

ID: W912QR-18-R-0007 • Type: Presolicitation
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
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: May 31, 2018, 12:41 p.m. EDT

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-18-R-0007 to establish Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for Environmental Restoration Services within the Great Lakes and Ohio River Division (LRD) and Louisville District (LRL) mission boundaries. The proposed MATOCs will include performance-based outcomes to provide environmental and MMRP services (for those with the authority as a MM Design Center or with proper coordination with a MMDC) in support of the LRL and LRD. These services may include, but are not limited to: the control and remediation of environmental contamination from pollutants, toxic substances, munitions, hazardous materials, in addition to a wide range of environmental compliance Operations & Maintenance (O&M) tasks. The majority of the task orders will be performance-based acquisitions (PBAs). Specific outcomes are defined in each competitive task order's Performance Work Statement (PWS). Awardees within the established MATOC pool will compete on a per task order basis for up to the maximum shared capacity, not-to-exceed $95 million.

The contract ordering period will be 5 years from the date of award.
TYPE OF CONTRACT AND NAICS: This RFP will be set aside for small businesses under North American Industrial Classification System Code (NAICS): 562910 (Size Standard: 750 Employees). The Government intends to award of up to seven (7) small business IDIQ MATOCs utilizing this solicitation. The task orders under these contracts will be competed within the established pool and will be either firm fixed-price (FFP) or cost reimbursement.
TYPE OF SET-ASIDE: 100% Total Small Business Set-Aside

SELECTION PROCESS: This is a single-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. The proposal for this procurement, at a minimum, will consist of the following: Technical (Key Personnel Resumes and Management Plan), Past Performance, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered equal to cost or price.

DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.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 the Federal Business Opportunities website at http://www.fbo.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:
System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall 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 database, the Government reserves the right to award to the next prospective Offeror.
POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Patrick Duggins, at Patrick.J.Duggins@usace.army.mil.

This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Posted: April 20, 2018, 1:35 p.m. EDT
Posted: Feb. 16, 2018, 9:47 a.m. EST

Overview

Response Deadline
Oct. 2, 2018, 2:00 p.m. EDT (original: April 19, 2018, 2:00 p.m. EDT) Past Due
Posted
Feb. 16, 2018, 9:47 a.m. EST (updated: Aug. 22, 2018, 10:39 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
79%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
65% of similar contracts within the Department of the Army had a set-aside.
On 2/16/18 USACE Louisville District issued Presolicitation W912QR-18-R-0007 for Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for Environmental Restoration Services within the Great Lakes and Ohio River Division (LRD) and Louisville District (LRL) mission boundaries due 10/2/18. The opportunity was issued full & open with NAICS 562910 and PSC C.
Primary Contact
Title
Contracting Officer
Name
Patrick J. Duggins   Profile
Phone
(502) 315-6187

Secondary Contact

Title
Contract Specialist
Name
Aaron L. Sanford   Profile
Phone
(502) 315-6178

Documents

Posted documents for Presolicitation W912QR-18-R-0007

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR-18-R-0007

Award Notifications

Agency published notification of awards for Presolicitation W912QR-18-R-0007

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912QR-18-R-0007

Contract Awards

Prime contracts awarded through Presolicitation W912QR-18-R-0007

Protests

GAO protests filed for Presolicitation W912QR-18-R-0007

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR-18-R-0007

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR-18-R-0007

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
Sept. 6, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 6, 2019