Search Contract Opportunities

Roadwork, Road Repair, Maintenance and Construction MATOC   2

ID: W912DQ21R1025 • Type: Solicitation • Match:  90%
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

*******************************************************************************************************************************************

NOTICE This solictiation was officially advertised on July 29, 2021 under the Pre-Solicitation Notice. This Solicitation Notice is being generated so that the award announcement can be made on Beta.Sam.gov

*********************************************************************************************************************************************

The U.S. Army Corps of Engineers, Kansas City District (NWK), intends to issue a solicitation for construction services. This solicitation is for offers for Firm Fixed-Price Multiple Award Task Order Contracts (MATOC) for Roadwork, Road Repair, Maintenance and construction projects within the geographic boundaries of the Kansas City District (see below), but may be used to support other projects within the Northwestern Division (NWD) of the U. S. Army Corps of Engineers (USACE). This is a 100% set-aside for Small Businesses. The solicitation will be available on

or about 15 June 2021 on the Federal Business Opportunities (FBO) website at www.fbo.gov, and proposals will be due within 30 days from issuance of the solicitation.

The NAICS code that will apply to projects under these contracts will be NAICS 237310 (Highway, Street, and Bridge Construction) The Size standard is $36.5 million. The Government will award up to five (7) base Indefinite Delivery/Indefinite Quantity (ID/IQ) contract awards to firms under this solicitation. This contract shall have an ordering capacity of $20 million. The MATOC duration will be three base years with two option years. The minimum guarantee on this contract is $2,500.00. Individual projects under this contract will be awarded by task order.

Work will be performed in the following states.

IOWA: Rathbun Lake

KANSAS: Clinton Lake, Hillsdale Lake, Kanopolis Lake, Melvern Lake, Milford Lake, Perry Lake, Pomona Lake, Tuttle Creek Lake, Wilson Lake

MISSOURI: Blue Springs Lake, Harry S. Truman Lake, Long Branch Lake, Longview Lake, Pomme de Terre Lake, Smithville Lake, Stockton Lake

NEBRASKA: Harlan County Lake

Individual projects may include maintenance, repair, rehabilitation, reconstruction and new construction of roads and road accessories within the Kansas City District. Road base and subgrade earthwork including excavation, grading, subgrade modifications; and aggregate base, surfacing, and shouldering. Asphalt pavement including hot mix asphalt (HMA) paving, patching, overlays, and milling. Concrete pavement including paving (PCCP), patching, parking lots, sidewalks, curbs and gutters, Pavement preservation treatments including crack filling/sealing, chip seals, surface sealing, microsurfacing, Incidental construction including but not limited to pavement marking, guardrail, slope protection, erosion culverts (metal and concrete).

As requirements develop, task orders will be issued in accordance with DFARS 216.505-70, at the Government's option. Task Orders will include primarily Civil Construction or Operations and Maintenance (O&M) projects.

The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. The government intends to award without discussions but reserves the right to open discussions.

Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must 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 data base, the Government reserves the right to award to the next prospective offeror.

Interested offerors are required to submit their representations and certifications to the System for Award Management (SAM) website at https://www.sam.gov/portal/public/SAM/. The solicitation and associated information will be available from the BETA SAM website https://www.beta.sam.gov. This will normally 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.

All communications must be made in writing. Prospective Offerors shall submit contracting and technical inquiries and questions concerning the solicitation via Bidder Inquiry in ProjNet at www.projnet.org/projnet. A Bidder Inquiry Key will be provided with the solicitation.

Overview

Response Deadline
Sept. 30, 2021, 1:00 p.m. EDT Past Due
Posted
Sept. 30, 2021, 10:44 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Kansas City, MO 64102 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
86% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 9/30/21 USACE Kansas City District issued Solicitation W912DQ21R1025 for Roadwork, Road Repair, Maintenance and Construction MATOC due 9/30/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237310 (SBA Size Standard $45 Million) and PSC Z1LB.
Primary Contact
Name
Jaclyn C. Yocum   Profile
Phone
(816) 389-2266

Secondary Contact

Name
Christopher W. Anderson   Profile
Phone
(816) 389-3850

Documents

Posted documents for Solicitation W912DQ21R1025

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912DQ21R1025

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912DQ21R1025

Contract Awards

Prime contracts awarded through Solicitation W912DQ21R1025

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912DQ21R1025

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912DQ21R1025

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. 30, 2021
Last Updated By
jaclyn.c.yocum@usace.army.mil
Archive Date
Sept. 30, 2021