Search Contract Opportunities

Presolicitation Notice for FY 23 J. Strom Thurmond Project; Richard B. Russell Project; Savannah River Below Augusta   2

ID: W912HN23R5001 • 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

Synopsis for: W912HN23R5001 - J. Strom Thurmond Project, Richard B. Russell Project, Savannah River Below August Project

The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Proposal (RFP) W912HN23R5001 for J. Strom Thurmond Project, Richard B. Russell Project, and Savannah River Below Augusta project. The purpose of this contract is to provide the maintenance, repair, minor construction, and operation of the J. Strom Thurmond Project to include the Project Manager's Office, campgrounds, day-use parks, boating access areas, dam, power plant, Richard B. Russell Project, Savannah River Below Augusta (SRBA), and other project resources as specified in the technical provisions.

Note: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no proposals are being accepted at this time. The subsequent solicitation will result in a C-Type Standalone contract.

Type of Contract & NAICS: This Acquisition will be solicited using FAR Part 15, Contracting by Negotiation for one (1) Hybrid Firm-Fixed-Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) contract. The North American Industry Classification System (NAICS) code is 561210 Facilities Support Services with size standard of $47,000,000.

Type of Set-Aside: This acquisition is being offered as a 100% Total Small Business Set-Aside under NAICS code 561210.

Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 17 July 2023 and approximate closing date is on or about 15 August 2023. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted.

Period of Performance: The period of performance including all options is five (5) years with 1 (one) six (6) month option after the Notice to Proceed.

Scope: This contract is a hybrid firm fixed price contract with cost plus fixed fee elements. The PWS is divided into sixteen (16) Technical Provisions (TPs); TPs 1-6 are firm fixed price and TPs 7-16 are cost reimbursement. The contractors' work and responsibility includes all planning, programming, administration, quality control and management necessary to assure that all services and minor construction are conducted in accordance with the contract, to include standards listed in TP-1.3, and all applicable laws, regulations, codes, or directives. The contractor shall ensure all work meets or exceeds critical reliability rates or tolerances specified or included in referenced documents, including design and quality standards, section J, appendix A, and applicable publications in TP-1.3. The contractor shall perform all related contractor administrative services necessary to perform the work such as supply, procurement, quality control, contractor financial control, and maintenance of accurate and complete records, files, and databases.

Areas of work to be performed, facility listings and various other information applicable to the contractor are referenced throughout the TPs as appendices and are in Section J - List of Attachments.

Solicitation Website: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at System of Award Management System (SAM) website, https://sam.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 SAM website at https://sam.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 https://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.

Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronically via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried,etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/.

Point of Contacts: For this acquisition, the point-of-contacts are the Contracting Officer Ms. Glenda Canty, whose email address is glenda.a.canty@usace.army.mil and Contract Specialist Ms. Jennifer Ford whose email address is jennifer.m.ford@usace.army.mil.

Overview

Response Deadline
Aug. 15, 2023, 11:00 a.m. EDT Past Due
Posted
June 27, 2023, 1:53 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price; Cost Plus Fixed Fee;
Est. Level of Competition
Average
Odds of Award
52%
Signs of Shaping
76% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 6/27/23 USACE Savannah District issued Presolicitation W912HN23R5001 for Presolicitation Notice for FY 23 J. Strom Thurmond Project; Richard B. Russell Project; Savannah River Below Augusta due 8/15/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC M1AZ.
Primary Contact
Name
Jennifer Ford   Profile
Phone
(912) 652-5005

Secondary Contact

Name
Glenda CANTY   Profile
Phone
(912) 652-5030

Documents

Posted documents for Presolicitation W912HN23R5001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HN23R5001

Contract Awards

Prime contracts awarded through Presolicitation W912HN23R5001

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912HN23R5001

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HN23R5001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912HN23R5001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT SAVANNAH
FPDS Organization Code
2100-W912HN
Source Organization Code
100074192
Last Updated
Aug. 30, 2023
Last Updated By
jennifer.m.ford@usace.army.mil
Archive Date
Aug. 30, 2023