Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:W9128F19R0027
W9128F19R0027 - On or about 29 May 2019, the Government intends to issue one solicitation for a $95M Multiple Award Task Order Contract (MATOC) for Rapid Disaster Infrastructure (RDI) to up to four 8(...
W9128F19R0027 - On or about 29 May 2019, the Government intends to issue one solicitation for a $95M Multiple Award Task Order Contract (MATOC) for Rapid Disaster Infrastructure (RDI) to up to four 8(a) contractors. Task Orders within the MATOC may be Cost Reimbursable, Cost-Plus-Fixed-Fee (CPFF), or Firm Fixed Price (FFP) contingent upon the Government's assessment of project risk. The Primary North American Industry Classification System (NAICS) code for this solicitation is 236220, Commercial and Institutional Building Construction, with a size standard for Small Business of $36.5 million dollars. The individual Indefinite Delivery Type (IDT) contracts will have a combined capacity of $95M. This MATOC will have a total period of performance of five (5) years from the date of award, to include a one-year base period and four (4) one-year option periods. Options will be exercised per FAR 17.207 and contract clauses. Individual Task Orders will be solicited and competed within the MATOC pool. The minimum guarantee amount for the total contract to include the option period(s) is $2,500.00. This RDI MATOC allows for a full range of time-sensitive disaster, infrastructure, and construction related scopes of work to support federally funded customers. Projects may vary in size, complexity, and location, and will require a high degree of flexibility and adaptability. The Contractor must respond quickly and effectively. All work will be time-sensitive in nature, necessitating an immediate response to mitigate threat to life and property and/or operational impacts to the government. Examples include but are not limited to: • Flood Recovery: flood control and water diversion projects, embankments, channel alignments and flood control structures in support of civil works missions. • Infrastructure Recovery: restoration, repair, and demolition of facilities, utilities, real property systems, and other infrastructure requirement that cannot be performed in required timeframes with normal contract mechanisms to meet vital mission requirements. • Emergency Management: response actions such as unwatering missions, debris recovery, temporary housing, and other actions to meet vital mission requirements. • Military: construction of facilities, infrastructure, water and sanitation systems, electrical systems, natural gas and other energy systems, fences, lighting, and roads to support troop movements and other crucial military missions. Each Task Order Request for Proposal will identify when the contractor must mobilize; however, emergency recovery actions may require mobilization within 3 days of Government Notification. Projects may require incidental design and/or ecological/environmental, hazardous waste recovery, and munitions work. This Scope also encompasses construction applications and technologies needed to support time-sensitive construction projects in various locations within the States of Nebraska, Iowa, South Dakota, North Dakota, Missouri, and Kansas. Individual Task Orders will further define specific project requirements once identified. It has been determined that competition will be limited to 8(a) firms located within the geographical area serviced by the Nebraska, Iowa, South Dakota, North Dakota, Missouri, or Kansas SBA District Offices, and other 8(a) construction firms with a bona fide place of business with the geographical competitive area, amd the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. The purpose of this amendment is to clarify that the above cited language is discussing "SBA" district offices and not "USACE" district offices.