Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W91237-19-R-0003
The Huntington District, US Army Corps of Engineers anticipates awarding a target of two (2) Indefinite Delivery Indefinite Quantity Contracts for Design-Build, Design-Bid-Build Construction Projects ...
The Huntington District, US Army Corps of Engineers anticipates awarding a target of two (2) Indefinite Delivery Indefinite Quantity Contracts for Design-Build, Design-Bid-Build Construction Projects assigned to the Huntington District of the U.S. Army Corps of Engineers and other Districts within the Great Lakes and Ohio River Division. Geographical boundaries for the Great Lakes and Ohio River Division include Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts. Contract period will be for a base period of one year with a provision for four (4) one year option periods Total contract amount will not exceed $49 million, with shared capacity amongst all contracts. The purpose of this acquisition is to establish highly responsive repair and construction contracting tools primarily to provide construction and maintenance, repair, and/or rehabilitation (MRR) services to Government installations and facilities. Work requirements shall vary from site to site. This work consists of but is not limited to design build and/or design-bid-build construction. Examples of work that may be required by this contract include, but are not limited to: • Emergency work requiring rapid mobilization in response to natural disasters or other catastrophic events requiring: o Major project/area cleanup, o Repairs/modifications/strengthening required of existing dams, levees, and locks; • Various small repair/maintenance/construction projects to the existing infrastructure; • Utility work; • General site work involving clearing, excavation, grading, paving, etc; • Land-based stream, bank protection and excavation site work; • Construction or remodeling of buildings; • Small bridge construction; • Demolition of small to large structures and restoration of cleared areas; • Horizontal or vertical construction; • Work around locks and dams; and • Industrial repairs. This will be a two-phase procurement. Proposal evaluation information for Phase I and Phase II will be provided in the solicitation. It is anticipated that up to a maximum of four (4) most highly qualified offerors will be selected to participate in Phase II. Price will be evaluated in Phase II through use of a sample project and binding contract rates. It is anticipated that no seed task order will be awarded as a result of this solicitation and after Phase II of the solicitation, only the base Indefinite Delivery Indefinite Quantity (IDIQ) contracts will be awarded. All responsive proposals will be evaluated utilizing the following factors (listed in relative order of importance: Phase I Factor I - Past Performance Factor II - Management Phase II Factor A - Schedule Factor B - Design Drawings (Equal to Factor C) Factor C - Design Narrative (Equal to Factor B) Factor D - Site Design This procurement is 100% Small Business Set-Aside. NAICS for this procurement is 237990, which has a size standard of $36.5 million in average annual receipts. Solicitation documents will be available on or about 22 March 2019. Solicitation packages will be available for download at https://www.fbo.gov/. To be eligible for award, a firm must be registered in System for Award Management (SAM). Register via the SAM internet site at www.sam.gov. Questions may be submitted to Kristin D. Blake at kristin.d.blake@usace.army.mil.