Search Contract Opportunities

MATOC FOR BSNP SERVICES FOR MO RIVER   7

ID: W912DQ21R1042 • 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
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The US Army Corps of Engineers (USACE), Kansas City District (NWK), intends to issue a Request for Proposal (RFP) solicitation for construction activities for routine maintenance and repair for the Missouri River from River Miles (RM) 0-500. The type of contract issued will be a Multiple Award Task Order Contract (MATOC) with a base of three years, with two option years, and will award up to five (5) contracts.

The work includes construction services to repair selected stone dikes and revetments (structures) on the Missouri River between St. Louis, MO and Rulo, NE in support of the Bank Stabilization and Navigation Program (BSNP), the Missouri River Recovery Program (MRRP), and other miscellaneous Missouri River operations, maintenance, and repair projects. There is an estimated 5,000 number of existing structures. Only a portion of these structures will be repaired. Work will primarily be the placement of up to 500,000 to 800,000 tons of rock on designated structures within the 500 river miles of the project area.

Work will consist of the following: transport and placement of new, well graded shot rock ranging from fines less than 1 2 inch in diameter up to 3,000 pounds, for the work stated above. Rock specification will include up to 6 intermediate gradation sizes and a range of permissible percent finer for each gradation size. Blasting, loading, and placement must be carefully controlled so that the gradation specification is met upon placement at the worksite.

Tonnage on each structure will range from 500 tons up to 30,000 tons with an average tonnage per structure of 2,500 tons. Placement rates per foot will range from 3 tons per linear foot up to 40 tons per linear foot with an average placement rate per linear foot of 6 tons per foot.

It will be evaluated in accordance with FAR Part 15 and FAR Part 36.

In accordance with FAR 36.204 and DFARS 236.204, the estimate magnitude if this construction project is: Between $25,000,000 and $100,000,000.

This procurement is a competitive small business set aside utilizing the North American Industry Classification System (NAICS) Code 237990 (Other Heavy and Civil Engineering Construction).

At this time, no Pre-Solicitation Conference is planned for this solicitation. If the Government does elect to hold a Pre-Solicitation Conference, the Pre-Solicitation Announcement will be modified accordingly.

At this time, no organized site visit has been planned for this solicitation. If one is scheduled, details will be included in the solicitation.

Bid Bonds shall be in the amount of 20% of the bid price or $3,000,000.00, whichever is lesser of the two values. Payment and Performance Bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued.

Bids will be due the day and time specified in the solicitation. The solicitation is expected to be available within the next 90 days.

To view or download the solicitation and all other associated documents requires registration at the System for Award Management (SAM) database (https://sam.gov/content/home/) website. Offerors are responsible for checking the sam.gov website frequently for any update(s) or questions and answers to the solicitation. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. This website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the document at the reference website.

Prior to submitting a bid, interested offerors must have an active registration in SAM. Bids from contractors without an active SAM registration will NOT be considered for award. Firms can register via the SAM internet website at https://sam.gov/content/entity-registration. If the offeror is a Joint Venture (JV), the JV entity must have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. SAM.GOV registration is free of charge. For assistance with SAM registration, please visit https://www.aptac-us.org/

Per DFARS 204.7303 and clause FAR 252.204-7012, a new prerequisite involves the Contracting Officer to verify the current NIST SP 800-171 DoD Assessment that is not more than 3 years old for this requirement. Prior to award, a Contractor is required to have the assessment completed. It is recommended that in order to ensure an award can be made, all Contractors interested in this requirement must complete the assessment prior to submission of their RFP package. To find instructions on how to complete the assessment, use the link provided: https://www.sprs.csd.disa.mil/pdf/SPRS_Access_Instructions.pdf. Use the link provided to go to the Procurement Integrated Enterprise Environment (PIEE) to do the assessment: https://piee.eb.mil/.

For any questions or inquiries, contact the primary point of contact listed on this announcement.

There will be instructions on where to submit technical inquiries and questions relating to the solicitation when the solicitation is made available.

The Government has the right to cancel this pre-solicitation notice at any time prior to the posting of a solicitation for this requirement.

Overview

Response Deadline
None
Posted
June 8, 2021, 4:35 p.m. EDT (updated: July 27, 2021, 3:53 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
80%
On 6/8/21 USACE Kansas City District issued Presolicitation W912DQ21R1042 for MATOC FOR BSNP SERVICES FOR MO RIVER. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237990 (SBA Size Standard $45 Million) and PSC Z2PZ.
Primary Contact
Name
Laura L Hedrick   Profile
Phone
(816) 389-3023

Secondary Contact

Name
David M. Best   Profile
Phone
(816) 389-3404

Documents

Posted documents for Presolicitation W912DQ21R1042

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DQ21R1042

Award Notifications

Agency published notification of awards for Presolicitation W912DQ21R1042

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912DQ21R1042

Contract Awards

Prime contracts awarded through Presolicitation W912DQ21R1042

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DQ21R1042

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DQ21R1042

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
Sept. 1, 2021
Last Updated By
david.m.best@usace.army.mil
Archive Date
Sept. 1, 2021