Search Contract Opportunities

MATOC Kuwait Construction

ID: W912D1-23-R-0011 • Type: Presolicitation • Match:  95%
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:
Loading

Description

This is a pre-solicitation notice regarding W912D1-23-R-0011; Multiple Award Task Order Contract (MATOC) for Kuwait Construction. Regional Contracting Center-Kuwait (RCC-KU) intends to issue a Request for Proposal (RFP) to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts; more than one (1) and not more than five (5). Under the MATOC concept, RCC-KU intends to solicit repair, alteration and construction work in the State of Kuwait. Typical work includes, but is not limited to construction and related field contractors to furnish a wide range of repair, alteration and/or new construction work on various real property projects. The contractor shall provide all mobilization, quality assurance, safety, labor, materials, badging and PRIME contractor supervision for their work force. The work shall include, but is not limited to; carpentry, road repair, fencing, roofing, excavation, interior/exterior electrical work, plumbing, HVAC, fire suppression, site-work, sheet metal, painting, demolition, concrete, masonry, welding, mechanical, and minor construction to include construction/assembly of modular type structures i.e., K-Spans and relocatable buildings.

The North American Industry Classification System (NAICS) code for this work is 238990, All Other Specialty Trade Contractors. All responsible firms may submit an offer. This procurement is not being set-aside and uses full and open competition to contractor with the ability to perform all work in Kuwait by virtue of a business license. The anticipated contracts will consist of a twelve (12) month Base period and four (4), one (1) year Options periods. The total period of performance, to include Options, shall not exceed five (5) calendar years. Task Orders will generally range from $25,000.00 to $2,000,000.00. The total of individual task orders placed shall not exceed $50,000,000.00 for all IDIQ contract holders. The government will use on/off ramp procedure described in the solicitation. The selection process will be conducted in accordance with FAR Part 15.3 and DFARS 215.3 source selection procedures. Proposals will be evaluated on 1) Organizational and Technical Approach, 2) Past Performance, 3) IDIQ Capability and 4) Seed Project Proposal/Base Access/Price and Proposal Bid Schedules. The seed project will be the first Task Order and is in a to be determined (TBD) status. Prospective offerors must submit their proposals in accordance with Section 00 21 00 of the Request for Proposal W912D1-23-R-0011. The seed project will be used in addition to the Financial Capability Statement to determine price reasonableness. It is anticipated that the solicitation will be available on/or about July 10, 2023. Questions will be due on/or about July 21, 2023. The solicitation closing date is scheduled for on/or about August 25, 2023. Actual dates and times will be identified in the solicitation. All information, amendments, and questions concerning this solicitation will be electronically posted on SAM.gov website located at the following web page: https://sam.gov/.Interested offorers must be registered in the System of Award Management (SAM) Database. To register for SAM go to https://www.sam.gov/portal/public/SAM. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information will be available on https://sam.gov/. All contractors interested in this project must register at this site.

This solicitation is a competitive bid. All inquiries must be in writing, via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web via https://sam.gov/. If you have any questions concerning this procurement, you are encouraged to Email your questions to supahkit.areeyat1.mil@army.mil; derrick.a.thomas1.ctr@army.mil; usarmy.arifjan.408-contr-spt-bde.mbx.vendor@army.mil.

Overview

Response Deadline
July 14, 2023, 12:00 p.m. EDT Past Due
Posted
June 14, 2023, 4:28 a.m. EDT
Set Aside
None
Place of Performance
Kuwait
Source

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 6/14/23 Kuwait Office issued Presolicitation W912D1-23-R-0011 for MATOC Kuwait Construction due 7/14/23. The opportunity was issued full & open with NAICS 238990 and PSC Y1AZ.
Primary Contact
Name
Derrick Thomas   Profile
Phone
None

Secondary Contact

Name
Kevin Margeson   Profile
Phone
None

Documents

Posted documents for Presolicitation W912D1-23-R-0011

Opportunity Assistant

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912D1-23-R-0011

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912D1-23-R-0011

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912D1-23-R-0011

Experts for MATOC Kuwait Construction

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-OO > 408TH CSB
FPDS Organization Code
2100-W912D1
Source Organization Code
500045966
Last Updated
July 15, 2023
Last Updated By
derrick.a.thomas1.ctr@army.mil
Archive Date
July 15, 2023