Search Contract Opportunities

Small Business ID/IQ MATOC   4

ID: W912DQ22R4007 • Type: Solicitation • Match:  100%
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 U.S. Army Corps of Engineers, Kansas City District (NWK), is soliciting for a Design-Build and Design-Bid-Build construction services. This is a two Phase Best Value Tradeoff solicitation for offers of a Firm Fixed-Price Multiple Award Task Order Contracts (MATOC) for Design-Build and Design-Bid Build Construction projects within the geographic boundaries of the Kansas City District, 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 NAICS code that will apply to projects under these contracts will be NAICS 236220 (Commercial and Institutional Building Construction). The Size standard is $39.5 million. The Government will award a target of five (5) base Indefinite Delivery/Indefinite Quantity (ID/IQ) contract awards to firms under this solicitation. The MATOC will share an ordering capacity of $45 million. The MATOC duration will be five (5) years. The minimum guarantee on this contract is $2,500.00. Individual projects under this contract will be awarded by task order. Individual projects may incorporate facility maintenance, road/traffic improvements, and building/facility construction to include reinforced concrete foundations, steel frame and roof system, insulated metal walls, utilities and all other necessary work for complete and usable support facilities. Supporting facilities can include site utilities; electric service; security lighting; fire protection and alarm system; paving, walks, curbs, and gutters, parking and site improvements; storm drainage; and information systems. Projects may include special foundations, connection to Energy Monitoring and Control Systems (EMCS) and installation of Intrusion Detection System (IDS). Anti
Terrorism/Force Protection (AT/FP) measures include blast resistant windows and doors, architectural reinforcement, mass notification, HVAC controls, conduit for security systems, and general structural reinforcements. The Government will evaluate the performance capability of Phase 1 proposals in accordance with the criteria described in the Phase 1 solicitation and will select a target of seven (7) proposals to compete in Phase 2 for the MATOC pool. The Phase 2 solicitation will include an initial task order which will also be awarded to one of the base contract awardees. The Government will evaluate Price, and technical factors in the Phase 2 proposals in accordance with the criteria described in the Phase 2 solicitation for best value, trade off. 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 Military Construction (MILCON) or Operations and Maintenance (O&M) projects. Requirements include, but are not limited to, sustainability, renovation, modernization and construction work within the geographic boundaries of the Kansas City District, but may be used to support other similar projects within the Northwestern Division (NWD) of the U. S. Army Corps of Engineers (USACE). The purpose of these MATOC contracts will be to support military construction and renovation projects within the district.
The Phase 1 and Phase 2 solicitations 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. nterested 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. 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. 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 is provided in the solicitation.

Overview

Response Deadline
May 6, 2022, 2:00 p.m. EDT Past Due
Posted
April 5, 2022, 5:26 p.m. EDT (updated: May 4, 2022, 8:37 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Kansas City, MO 64106 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/5/22 USACE Kansas City District issued Solicitation W912DQ22R4007 for Small Business ID/IQ MATOC due 5/6/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AZ.
Primary Contact
Name
Ines Necker   Profile
Phone
(816) 389-3320

Documents

Posted documents for Solicitation W912DQ22R4007

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912DQ22R4007

Award Notifications

Agency published notification of awards for Solicitation W912DQ22R4007

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912DQ22R4007

Contract Awards

Prime contracts awarded through Solicitation W912DQ22R4007

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912DQ22R4007

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912DQ22R4007

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
May 4, 2022
Last Updated By
rodney.a.morris@usace.army.mil
Archive Date
Sept. 30, 2022