Search Contract Opportunities

W911S6-24-R-0002-Dugway Proving Ground-Job Order Contract-Minor Construction   3

ID: W911S6-24-R-0002 • Type: Solicitation • Match:  95%
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

Posted: Aug. 6, 2024, 6:51 p.m. EDT

This is a Firm Fixed Price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) Job Order Contract (JOC) at the Task Order level.

This contract is for a broad range of real property repair and construction work at USAG Dugway Proving Ground. Potential projects include, but are not limited to, administrative facilities, maintenance shops, child development centers, physical fitness centers, food service facilities, airfield structures, patching and repair of pavement incidental to other work, athletic fields, underground utilities, overhead utilities, gates, warehouses, and auditoriums. Projects may include fire sprinkler systems, pre-engineered buildings, testing, studies, surveys, and abatement for lead-based paint (LBP) or asbestos containing materials (ACM) incidental to the work. Task Orders will not be awarded for the sole purpose of ACM, LBP, or mold mitigation. Facility repairs, renovations, and construction shall conform to the requirements of the technical criteria described in the task order (TO).

The Contractor will furnish on-site site work as required per the line item in the Unit Price Book (UPB). The Contractor will use an electronic cost planning software with RS Means cost data as the UPB. The Contractor will provide record drawings which conform to the electronic computer-aided design and drafting (CADD) software currently utilized by the Directorate of Public Works (DPW). The Contractor will perform work in accordance with (IAW) local policies, local and national codes, and industry and trade organization standards.

Refer to all attached supporting documents

Note: Solicitation and all amendments must be signed with all other supporting documents completed in full by closing date. Solcitation to include Amendment 0001 and 0002 is attached.

Posted: July 30, 2024, 9:10 a.m. EDT
Posted: July 25, 2024, 1:35 p.m. EDT
Posted: July 22, 2024, 2:30 p.m. EDT
Posted: July 10, 2024, 6:30 p.m. EDT
Posted: July 8, 2024, 6:20 p.m. EDT
Posted: July 1, 2024, 3:03 p.m. EDT
Posted: June 24, 2024, 3:44 p.m. EDT
Background
This is a Firm Fixed Price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) Job Order Contract (JOC) at the Task Order level. The contract is for a broad range of real property repair and construction work at USAG Dugway Proving Ground. Potential projects include, but are not limited to, administrative facilities, maintenance shops, child development centers, physical fitness centers, food service facilities, airfield structures, patching and repair of pavement incidental to other work, athletic fields, underground utilities, overhead utilities, gates, warehouses, and auditoriums. Projects may include fire sprinkler systems, pre-engineered buildings, testing, studies, surveys, and abatement for lead-based paint (LBP) or asbestos containing materials (ACM) incidental to the work. Task Orders will not be awarded for the sole purpose of ACM, LBP, or mold mitigation. Facility repairs, renovations, and construction shall conform to the requirements of the technical criteria described in the task order (TO). The Contractor will furnish on-site site work as required per the line item in the Unit Price Book (UPB). The Contractor will use an electronic cost planning software with RS Means cost data as the UPB. The Contractor will provide record drawings which conform to the electronic computer-aided design and drafting (CADD) software currently utilized by the Directorate of Public Works (DPW). The Contractor will perform work in accordance with local policies; local and national codes; and industry and trade organization standards.

Work Details
The construction tasks and types of projects / trades to be completed under the contract include a wide range of real property repair and construction work at USAG Dugway Proving Ground. This encompasses various projects such as administrative facilities, maintenance shops, child development centers, physical fitness centers, food service facilities, airfield structures, patching and repair of pavement incidental to other work, athletic fields, underground utilities, overhead utilities, gates, warehouses; and auditoriums.
Additionally included are fire sprinkler systems installation; pre-engineered buildings construction; testing; studies; surveys; abatement for lead-based paint (LBP) or asbestos containing materials (ACM) incidental to the work.
Task Orders will not be awarded for the sole purpose of ACM, LBP or mold mitigation.
Facility repairs; renovations; and construction shall conform to the requirements of the technical criteria described in the task order (TO).
The Contractor will furnish on-site site work as required per the line item in the Unit Price Book (UPB).
The Contractor will use an electronic cost planning software with RS Means cost data as the UPB.
The Contractor will provide record drawings which conform to the electronic computer-aided design and drafting (CADD) software currently utilized by the Directorate of Public Works (DPW).
The Contractor will perform work in accordance with local policies; local and national codes; and industry and trade organization standards.

Period of Performance
The period of performance for this contract is from October 22nd 2024 to October 21st 2029.

Place of Performance
The construction projects under this contract will be performed at USAG Dugway Proving Ground.

Overview

Response Deadline
Aug. 14, 2024, 5:00 p.m. EDT (original: July 31, 2024, 2:00 p.m. EDT) Past Due
Posted
June 24, 2024, 3:44 p.m. EDT (updated: Aug. 6, 2024, 6:51 p.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
Dugway, UT 84022 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 6/24/24 MICC Dugway Proving Ground issued Solicitation W911S6-24-R-0002 for W911S6-24-R-0002-Dugway Proving Ground-Job Order Contract-Minor Construction due 8/14/24. The opportunity was issued with a 8(a) (8A) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2JZ.
Primary Contact
Name
Nicholas J. Rowton   Profile
Phone
(435) 831-2620

Secondary Contact

Name
Alfred J. Keetch   Profile
Phone
(435) 831-2362

Documents

Posted documents for Solicitation W911S6-24-R-0002

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W911S6-24-R-0002

Award Notifications

Agency published notification of awards for Solicitation W911S6-24-R-0002

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W911S6-24-R-0002

Contract Awards

Prime contracts awarded through Solicitation W911S6-24-R-0002

Incumbent or Similar Awards

Contracts Similar to Solicitation W911S6-24-R-0002

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W911S6-24-R-0002

Similar Active Opportunities

Open contract opportunities similar to Solicitation W911S6-24-R-0002

Experts for W911S6-24-R-0002-Dugway Proving Ground-Job Order Contract-Minor Construction

Recommended experts avaliable for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 418TH CSB
FPDS Organization Code
2100-W911S6
Source Organization Code
500036820
Last Updated
Aug. 29, 2024
Last Updated By
nicholas.j.rowton.civ@army.mil
Archive Date
Aug. 29, 2024