Search Contract Opportunities

RFP- $999M RDI #2 UNR IDIQ MATOC   2

ID: W9128F19R0043 • Type: Solicitation
3x More Live Opportunities than SAM

Federal + State & Local + Forecasts + eBuy + More

Free Trial Schedule Demo

Description

30 July2019- Amendment 0006 is formally posted to FBO with changes to 00 10 00, Attachment #2, Sample Project SOW, Attachment #3, Cost Spreadsheet, and 00 22 00.

Please note that FBO shows this action as Amendment 0007. Disregard Amendment numbering in FBO.

26July2019- Amendment 0005 is formally posted to FBO with changes to Attachment #2, Sample Project SOW, Attachment #3, Cost Spreadsheet, and 00 22 00.

Please note that FBO shows this action as Amendment 0006. Disregard Amendment numbering in FBO.

23July2019- Amendment 0004 is formally posted to FBO with changes to Attachment #2, Sample Project SOW.

Please note that FBO shows this action as Amendment 0005. Disregard Amendment numbering in FBO.

22July2019- Amendment 0003 is formally posted to FBO with changes to Sections 00 10 00, 01 11 00, 00 22 00 and Attachment #2, Sample Project SOW.

Please note that FBO shows this action as Amendment 0004. Disregard Amendment numbering in FBO.

12July2019- Amendment 0002 is formally posted to FBO with changes to Sections 00 10 00, 01 11 00, 00 22 00 and Attachment 3, Cost Spreadsheet.

Please note that FBO shows this action as Amendment 0003. Disregard Amendment numbering in FBO.

----Break------
11July2019- Amendment 0001 is formally posted to FBO to include the Summary of Work to the RFP.
Please note that FBO shows this action as Amendment 0002. Disregard Amendment numbering in FBO.

-----Break------

05July2019: This Solicitation has been formally posted. Please see attachments for the RFP and supporting documentation.

-------Break-------

On or about 5 July 2019 the government intends to issue a solicitation for $999M. This is a Pre-solicitation for an Unrestricted Indefinite Delivery, Indefinite Quantity (IDIQ) Rapid Disaster Infrastructure (RDI) Response Multiple Award Task Order Contract (MATOC). The shared contract capacity of the MATOC is $999 million for an ordering period of eight (8) years: five (5) base year and one (1) three (3) year option. Task orders within the MATOC may be Firm Fixed Price or Cost Plus Fixed Fee contingent upon the Government's assessment or project risk.

This RDI MATOC facilitates time-sensitive disaster, infrastructure, and construction related activities in support of federally funded customers.
Projects will vary in size, complexity, location, and will require a high degree of flexibility and adaptability on the part of the contractor to respond quickly and effectively. The primary NAICS Code for this solicitation is 236220 - Commercial and Institutional Building Construction with a size standard of $36,500,000.00. All work will be time-sensitive in nature, necessitating an expedited response to mitigate threat to life and property and/or operational impacts to the Government.
Examples include, but are not limited to:

Security and Defense Mission Support.
Support to USACE Protective Design Center of Expertise (PDC) and other federal agencies for time sensitive construction response actions in support of Security and Defense initiatives.

Support to the Department of Homeland Security (DHS).
The DHS mission is to secure our homeland by leading the unified national effort to protect America. The DHS will prevent and deter terrorist attacks and protect against and respond to threats and hazards to the nation. Homeland Security includes, but is not limited to, protection of transportation systems, disruption of threats to installations, protection of critical infrastructure and key assets, positioning of resources to be ready for defense, and activities to ensure health and safety of the United States of America and its citizens.

Disaster Support Response.
The intent of the RDI Disaster Support Response is to provide time-sensitive construction/rehabilitation support. Projects may include, but are not limited to, roads (primary, secondary and short-term temporary fixes), bridges, irrigation systems, coastal and marine resource management and development, dams and other water related structures, electric distribution systems, water and sanitation systems schools, clinics or hospitals, emergency power and other civil engineering works.

In addition, under USACE responsibilities to FEMA, the RDI MATOC may be used to provide USACE Mission Support through the local MSCs or District Commander to address debris removal and/or unwatering activities, provided the requested services are within the scope of the contract.

Infrastructure Construction Support.
The RDI MATOCs may support various time critical infrastructure construction repair/rehabilitation projects with the most prevalent being rehabilitation of levee systems. However, infrastructure construction support may include work on other essential infrastructure facilities, such as: roads, bridges, dams, utility systems (power, water, sewer, telephone, telecommunications) railways, subways, airports, and harbors, which are publicly owned, regulated or maintained by the government. This includes work on buildings, structures or other real property, when necessary to support a larger infrastructure mission assignment.

Each Task Order Request for Proposal will identify when the contractor must mobilize, however, emergency recovery actions may require mobilization within 3 days of Government Notification.

Projects may require incidental design and ecological/environmental, hazardous waste recovery, and munitions work.

This Scope also encompasses construction applications and technologies needed to support time-sensitive construction projects in various locations within the U.S. (defined as all 50 states and District of Columbia) and outlying areas as defined by FAR Part 2. Individual Task Orders will further define specific project requirements once identified.

Background
On or about 5 July 2019 the government intends to issue a solicitation for $999M. This is a Pre-solicitation for an Unrestricted Indefinite Delivery, Indefinite Quantity (IDIQ) Rapid Disaster Infrastructure (RDI) Response Multiple Award Task Order Contract (MATOC). The shared contract capacity of the MATOC is $999 million for an ordering period of eight (8) years: five (5) base year and one (1) three (3) year option. Task orders within the MATOC may be Firm Fixed Price or Cost Plus Fixed Fee contingent upon the Government's assessment or project risk. The RDI MATOC facilitates time-sensitive disaster, infrastructure, and construction related activities in support of federally funded customers.

Work Details
The Sample Project SOW describes Task Order requirements for the repairs to the levee at Missouri River Levee Unit L-123 between Station 0+00 and Station 40+00 in Otoe County, Iowa. The contractor shall construct a setback levee to include seepage berms, both on landside and riverside, in order to mitigate damages to the existing levee from flooding. The contractor shall mobilize within 7 calendar days after NTP and all repair work must be completed within 120 calendar days after issuance of NTP. The Contractor shall provide all necessary plant, equipment, operators, and laborers for levee construction operations applicable federal, state, and local requirements.

Period of Performance
The ordering period of the MATOC is eight (8) years: five (5) base year and one (1) three (3) year option.

Place of Performance
Various locations within the U.S. (defined as all 50 states and District of Columbia) and outlying areas as defined by Part 2.

Overview

Response Deadline
Aug. 6, 2019, 4:00 p.m. EDT Past Due
Posted
July 30, 2019, 3:17 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price; Cost Plus Fixed Fee;
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
The solicitation is open for 7 days, below average for the USACE Omaha District.
On 7/30/19 USACE Omaha District issued Solicitation W9128F19R0043 for RFP- $999M RDI #2 UNR IDIQ MATOC due 8/6/19. The opportunity was issued full & open with NAICS 236220 and PSC 99.
Primary Contact
Title
Contract Specialist
Name
Glenda A Canty   Profile
Phone
None

Secondary Contact

Title
Contracting Officer
Name
Douglas E. Hadley   Profile
Phone
None

Documents

Posted documents for Solicitation W9128F19R0043

Opportunity Lifecycle

Procurement notices related to Solicitation W9128F19R0043

Award Notifications

Agency published notification of awards for Solicitation W9128F19R0043

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W9128F19R0043

Contract Awards

Prime contracts awarded through Solicitation W9128F19R0043

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W9128F19R0043

Similar Active Opportunities

Open contract opportunities similar to Solicitation W9128F19R0043

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST OMAHA
FPDS Organization Code
2100-W9128F
Source Organization Code
100255233
Last Updated
July 30, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 30, 2019