Search Contract Opportunities

W912HN20R4000 - Airfield Maintenance (MATOC Contract), North Carolina, South Carolina and Georgia   5

ID: W912HN20R4000 • Type: Presolicitation • Match:  85%
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

Two-Phase Design-Build Multiple Award Task Order Contracts (MATOC) for Airfield Maintenance and Construction type task orders. is Task orders issued under this MATOC are anticipated to require performance of work in the South Atlantic Division (SAD) (North Carolina, South Carolina, Georgia, Florida, Alabama & Mississippi).

This acquisition is being offered as a Small- Business Set Aside. The life of the basic contract is for a base period of two (2) years and three (3) one year options. The contractors which successfully receive an award will have a total contract capacity of $45M. The Government will use a best value Two-Phase Design-Build selection procedure in accordance with Federal Acquisition Regulation (FAR) Part 36.301. The order limitation of task orders shall range between $25K and $5M. Task orders issued under this MATOC will be firm-fixed price. All other resultant task orders may include options.

Description of work: Task orders placed under this MATOC shall be that of a design-build construction or construction only nature. This MATOC is intended to provide rapid response for horizontal construction: rehabilitation, maintenance or repair of situations relating, but not limited to, Airfield and Heliport pavements (including airport runways, taxiways, ramps, aprons, helipads and adjacent stabilized areas), concrete aprons, storm drainage, striping and site preparation of Government facilities.

Evaluation Criteria: The Government will use a Price Performance Trade-off (PPT) evaluation process in rendering the best value decision for award of this contract. Only those Offerors whose proposals provide the best overall value will be awarded contracts with a minimum guarantee of $2,500.00. The evaluation factors for this solicitation and are as follows:

PHASE I:

FACTOR 1: PAST PERFORMANCE/EXPERIENCE

FACTOR 2: DESIGN EXPERIENCE

PHASE II:

FACTOR 3: TECHNICAL APPROACH

FACTOR 4: PROPOSED CONTRACT DURATION AND SUMMARY SCHEDULE

PRICE: Price will not be rated but will be a factor in establishing the competitive range prior to discussions (if held) and in making the best value decision for award of any resultant contract(s). Prices and mark-up(s) shall be proposed and submitted on the Proposal Pricing Sehedule as provied in the solicitation. All pricing submitted shall be binding across the life of the contract.

Award will be made to the Offeror whose technical submittal and price proposal contain the combination of criteria requested which offers the best overall value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror.

This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation is anticipated to be available in June 2020.

Note: The Response Date referenced under General Information does not refer to the PROPOSAL DUE DATE. Information on the PROPOSAL DUE DATE will be stated in the solicitation. Offerors must register in the System for Award Management (SAM) at www.sam.gov. After completing SAM registration, contractors and their subcontractors must register at www.betaSAM.gov in order to download RFP documents. In order to locate this solicitation, Contractors can go to beta.SAM.gov and search for the solicitation number at www.beta.SAM.gov.

Overview

Response Deadline
June 18, 2020, 2:00 p.m. EDT Past Due
Posted
May 26, 2020, 3:08 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
52%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
86% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 5/26/20 USACE Savannah District issued Presolicitation W912HN20R4000 for W912HN20R4000 - Airfield Maintenance (MATOC Contract), North Carolina, South Carolina and Georgia due 6/18/20. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237310 (SBA Size Standard $45 Million) and PSC Y1BD.
Primary Contact
Name
Rohan Bryan   Profile
Phone
(912) 652-5619

Secondary Contact

Name
Magdalena Bernard   Profile
Phone
(912) 652-5131

Documents

Posted documents for Presolicitation W912HN20R4000

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HN20R4000

Award Notifications

Agency published notification of awards for Presolicitation W912HN20R4000

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912HN20R4000

Contract Awards

Prime contracts awarded through Presolicitation W912HN20R4000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HN20R4000

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912HN20R4000

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT SAVANNAH
FPDS Organization Code
2100-W912HN
Source Organization Code
100074192
Last Updated
July 3, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 3, 2020