Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

Y -- D/B Northeast MATOC

Notice Date
1/13/2021 8:50:10 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR19R0009
 
Response Due
1/20/2021 11:00:00 AM
 
Archive Date
02/25/2021
 
Point of Contact
Bjorn T. Hale, Phone: 5023156571
 
E-Mail Address
bjorn.t.hale2@usace.army.mil
(bjorn.t.hale2@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District has issued a Request for Proposal (RFP) W912QR19R0009 for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pools for design-build and design-bid-build construction and renovation projects within the Northeast Region of the Louisville District�s Area of Responsibility. The Northeast region will cover the following states: Connecticut, Delaware, District of Columbia, Illinois, Indiana, Kentucky, Maine, Maryland, Massachusetts, Michigan, New Hampshire, New Jersey, New York, Ohio, Pennsylvania, Rhode Island, Vermont, Virginia, West Virginia, and Wisconsin. TYPE OF CONTRACT AND NAICS: This RFP to award no less than three (3) and up to seven (7) contractors for Firm Fixed Price Multiple Award Task Order Contracts (MATOCs). Each contract will have up to a ten-year ordering period, with a base of five years and five one-year options. The North American Industrial Classification System Code (NAICS) for this effort is 236220 � Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be a 100% Small Business Set-Aside procurement. SELECTION PROCESS: This is a two-phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the offeror's proposal will be reviewed, evaluated, and rated by the Government. Phase I consideration will be given in two (2) evaluation factors: Past Performance and Technical Approach. The highest rated proposals will be down-selected, and offerors with these proposals will be invited to submit proposals for Phase II. Up to a maximum of ten (10) most highly qualified offerors will be selected to participate in Phase II. During Phase II, consideration will be given in three (3) evaluation factors: Design/Technical, Management Approach and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CAPACITY/CONSTRUCTION MAGNITUDE: Northeast region will have a capacity not-to-exceed $250,000,000. The construction magnitude of the sample project is anticipated to be between $5,000,000 and $10,000,000, in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 16 March 2020. Details regarding the Site Visit will be included in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.beta.SAM.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at http://www.beta.SAM.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at http://www.beta.SAM.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the beta.SAM database at http://www.beta.SAM.gov to be eligible for a Government contract award. If the offeror is a Joint Venture (JV), the JV entity shall have valid beta.SAM registration in the beta.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 beta.SAM database, the Government reserves the right to award to the next prospective offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Jesse Scharlow, Jesse.E.Scharlow@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eb1fba592bc74b92ae4da499b913216e/view)
 
Place of Performance
Address: Louisville, KY 40202, USA
Zip Code: 40202
Country: USA
 
Record
SN05891252-F 20210115/210113230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.