Search Contract Opportunities

W9127820R0066 - Single-Phase IDIQ/SATOC for Small Construction Requirements in Colombia, South America   2

ID: W9127820R0066 • 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

THIS PROJECT IS ADVERTISED ON AN UNRESTRICTED BASIS.

UTILIZING FAR PART 15 SOURCE SELECTION PROCEDURES.

THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 236220.

The estimated cost of this project is between $5,000,000 and $10,000,000. The contracting officer is Ms. Sara G. Logsdon.

The Government intends to award a Firm Fixed Price contract pursuant to this solicitation. This contract shall be an Indefinite Delivery/ Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) to support U.S. Army Corps of Engineers, Mobile District, Military Construction and Support for Others program for small construction requirements in Colombia, South America.

Contractors shall complete all work under their contract in accordance with schedules that are established in each Task Order. Work will vary from site to site, or location, and will require extensive knowledge of construction and renovation projects. Submittal dates will be included in the individual Task Orders. These dates identify when information is due to the issuing Government office and other addresses identified in the individual Task Orders. The types and numbers of submittals and dates and places for review meetings shall be established by each Task Order under this contract. Defense Base Act (DBA) Insurance may be required for some task orders.

This contract will require contractors to provide all plant, labor, equipment and materials necessary to perform construction, incidental demolition, upgrade and repair of facilities and structures. Work will typically include vertical and horizontal construction, site work, geotechnical surveys, landscaping, surveying, mapping, mechanical and electrical work for blast resistant, fortified structures; rigid and flexible paving for roads, airfields and helipads; parking lots; riverine and marine construction of floating docks, piers, and barges; dredging; construction of remote and temporary camps, firing ranges, rappel towers, shoot houses, fuel systems, ammunition storage, food storage, interior and exterior utilities to include water and sewage treatment, water wells, communications, electrical power (to include generators and solar and wind power), security (to include field fortifications, wire obstacles, bunkers, watch towers and security fencing and hardening of existing facilities) and safety of facilities. Facilities and structures may include administrative buildings, barracks, warehouses, hangers, schools, motor pools, etc. The work may involve replacement in kind, repairs, upgrades and modification work and/or new construction. It also may include incidental design and testing, and survey and abatement for lead based paint (LBP) and asbestos containing materials (ACM). Facility repairs, upgrades and construction shall conform to the requirements of the technical criteria listed in the Task Order. Task Orders may require the application of U.S. Building Codes; International Building Code (IBC); National Electric Code (NEC); Structural and Heating, Ventilation and Air Conditioning (HVAC) codes; and U.S. Department of Defense criteria that include, but are not limited to, Unified Facility Criteria (UFC) and Anti-Terrorist and Force Protection (AFTP) requirements. In addition, construction materials, including, but not limited to locally available aggregates, cements, reinforcing steel, structural lumber, block masonry products, conduit and electrical devices, pipe and plumbing fixtures, may be purchased under this contract. Some construction may occur at remote locations and close coordination will be required with both the US Army Corps of Engineers and Host Nation Military and civilian authorities throughout the life of the projects. Projects on Host Nation military installations will require that employees be vetted for security by Host Nation military authorities. The work described herein shall be accomplished through the implementation of Task Orders issued under the terms of this solicitation. Some incidental design effort may be required. The maximum size of any project is anticipated to be no more than $500,000.

Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in beta.sam.gov before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via beta.sam.gov. Registration for plans and specifications should be made via beta.sam.gov Internet Homepage. If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader.

Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be electronic format with the proposal.

Note No. 3: Critical path method (network analysis system) is not required.

Note No. 4: It is anticipated that this solicitation will not have bid options. However, optional bid items may be added if it is determined to be in the Government's best interest.

Note No. 5: All advertisements of Mobile District projects will be through beta.sam.gov. Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.beta.sam.gov.

Address questions concerning downloading of plans/specifications to the Contract Specialist indicated above.

Note No. 6: The request for information (RFI) process for bidder inquiries during the advertisement period will be through the ProjNet internet based system, and specifics will be contained in the RFP solicitation package available exclusively from beta.sam.gov. Other forms of communicating RFIs to the Government will not be honored. The Government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.)

-- END --

Overview

Response Deadline
June 21, 2021, 3:00 p.m. EDT (original: June 7, 2021, 3:00 p.m. EDT) Past Due
Posted
April 13, 2021, 10:32 a.m. EDT (updated: June 11, 2021, 4:46 p.m. EDT)
Set Aside
None
Place of Performance
Colombia
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 4/13/21 USACE Mobile District issued Solicitation W9127820R0066 for W9127820R0066 - Single-Phase IDIQ/SATOC for Small Construction Requirements in Colombia, South America due 6/21/21. The opportunity was issued full & open with NAICS 236220 and PSC Y1JZ.
Primary Contact
Name
Chanda D. Strenth   Profile
Phone
(251) 441-5595

Secondary Contact

Name
Sara G. Logsdon   Profile
Phone
(251) 690-3347

Documents

Posted documents for Solicitation W9127820R0066

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W9127820R0066

Award Notifications

Agency published notification of awards for Solicitation W9127820R0066

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W9127820R0066

Contract Awards

Prime contracts awarded through Solicitation W9127820R0066

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W9127820R0066

Similar Active Opportunities

Open contract opportunities similar to Solicitation W9127820R0066

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT MOBILE
FPDS Organization Code
2100-W91278
Source Organization Code
100221437
Last Updated
Sept. 30, 2021
Last Updated By
chanda.d.strenth@usace.army.mil
Archive Date
Sept. 30, 2021