Search Contract Opportunities

W911KB-18-R-0027 - Info Update   2

ID: W911KB-18-R-0027 • Type: Presolicitation

Description

Posted: Aug. 8, 2018, 11:27 a.m. EDT
Offerors selected to move on to Phase II and submit proposals for the lead Task Order, EIE421 (Repair Moose Lake Housing Utilities, Phase C), Eielson AFB are as follows (in alphabetical order):

1. American Mechanical, Inc.
2. Central Environmental, Inc.
3. Osborne Construction Co.
4. Patrick Mechanical, LLC

Posted: June 15, 2018, 5:25 p.m. EDT
Posted: June 5, 2018, 2:26 p.m. EDT
Posted: May 29, 2018, 6:08 p.m. EDT
Posted: May 15, 2018, 6:28 p.m. EDT
CONTRACT INFORMATION: This is a pre-solicitation notice for Phase 1 of a Two-Phase solicitation for an Indefinite Delivery, Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for design, construction and repairs of the utilidors and related systems for Military Family Housing, Eielson AFB, Alaska. The Government anticipates awarding up to four (4) contracts in Phase 2. The ordering period for each contract shall not exceed 5 years. Phase 2 awardees will share a $48,000,000 collective pool.
A solicitation for Phase 1 is expected to be issued on or about 29 May 2018 with proposals due on or about 02 July 2018. Specific due date will be provided in actual solicitation.
All contractors are advised that they must be registered in the System of Award Management (SAM) (https://www.sam.gov/). Joint ventures must also be registered in SAM as a joint venture. We advise contractors to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an offeror ineligible for award.
PROJECT INFORMATION: Projects will include a broad range of Design, Construction and Repairs of the utilities and utilidor system on Eielson Air Force Base for the Military Family Housing in Alaska. The contracts will be a Multiple Award Task Order Contract (MATOC) and will list a variety of individual construction tasks. During the contract period, the U.S. Army Corps of Engineers will identify the scope of construction work for each specific job, negotiate a price, establish a Period of Performance, and issue task orders to the contractor for the execution of the work.
The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job. Individual jobs will vary in size, with the majority not expected to exceed $12,000,000. Cumulative awards for all task orders under all the awarded IDIQ contracts shall not exceed $48,000,000. Performance and Payment Bonds will be required FOR TASK ORDERS.

SELECTION CRITERIA: Offerors for Phase 1 of this solicitation will be evaluated considering the following factors: Specialized Experience, Past Performance (Confidence Assessment), and Organization & Management.

OBTAINING THE SOLICITATION: The solicitation for Phase 1 will be available electronically from FedBizOpps website (www.fbo.gov) on or about 01 June 2018. On the FedBizOpps website, vendors will need to utilize the Vendor Opportunities Search function and enter this solicitation number to Search by Solicitation/Award Number. The solicitation and any future amendments to the solicitation will be available for download via FedBizOpps website. All responsible small business sources may submit an offeror in the form and format of the solicitation which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the offeror's responsibility to check for any posted changes to this solicitation.
CONTRACTING OFFICE ADDRESS:
USACE District, Alaska
CEPOA-CT
P.O. Box 6898
JBER, AK 99506

PLACE OF PERFORMANCE:

Eielson AFB, Alaska

POINT OF CONTACT
Kevin Maloy
907-753-5594
Kevin.J.Maloy@usace.army.mil

OR

Michelle Mandel
907-753-2502
Michelle.R.Mandel@usace.army.mil

Overview

Response Deadline
Sept. 4, 2018, 8:00 p.m. EDT (original: ) Past Due
Posted
May 15, 2018, 6:28 p.m. EDT (updated: Aug. 8, 2018, 11:27 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
88%
On 5/15/18 USACE Alaska District issued Presolicitation W911KB-18-R-0027 for W911KB-18-R-0027 - Info Update due 9/4/18. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237110 (SBA Size Standard $45 Million) and PSC Y.
Primary Contact
Name
Kevin Maloy   Profile
Phone
(907) 753-5594

Documents

Posted documents for Presolicitation W911KB-18-R-0027

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W911KB-18-R-0027

Award Notifications

Agency published notification of awards for Presolicitation W911KB-18-R-0027

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W911KB-18-R-0027

Contract Awards

Prime contracts awarded through Presolicitation W911KB-18-R-0027

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W911KB-18-R-0027

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W911KB-18-R-0027

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > POD > W2SN ENDIST ALASKA
FPDS Organization Code
2100-W911KB
Source Organization Code
100513801
Last Updated
Sept. 19, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 19, 2018