Design Build MATOC
5/27/22: Consolidation Notice posted ____________________________________________ Northwestern Division Design-Build/Design-Bid-Build Multiple-Award Task Order Contract (MATOC) The general scope of wo... 5/27/22: Consolidation Notice posted ____________________________________________ Northwestern Division Design-Build/Design-Bid-Build Multiple-Award Task Order Contract (MATOC) The general scope of work will primarily address repair and maintenance of real property and construction services to include new construction and renovation of large civil works projects including flood control and hydroelectric dams, river navigation facilities, maintenance and office facilities, roadways and recreation facilities, and river levees. The Task Order Request for Proposal (RFP) may or may not have traditional plans and specifications or may include sketches and other submittals. Specific work may include a combination of design, construction and repair. Individual task orders contemplated for this work may be issued either as a Design Build or Design-Bid Build projects. Task orders will be primarily awarded on a Time and Materials (T&M) or Labor Hour basis if necessary to address unusual circumstances. Work on civil systems may include: waterstop installation, potable & wastewater systems, underground utilities, drainage culverts, geotechnical exploration and testing, hillside stabilization stream bank stabilization, irrigation systems, paving, striping, site fencing, and river levee rehabilitation. Work on structural/architectural systems may include: structural concrete, structural frames (including steel, aluminum, FRP), machinery supports and seismic bracing, hydraulic steel structures (primarily metal fabrication and machining), Corps of Engineers paint systems (including vinyl), fall protection systems, pre-engineered buildings, manufactured buildings, building interior renovation, elevators, roofing, waterproofing, firestop systems, and building exterior envelope renovation. Work on electrical systems may include: Information & Communication Technology (ICT), fiber optic, motor control, instrumentation & controls (e.g. PLC, SCADA), commercial/industrial lighting, fire & security systems, low and medium voltage distribution (at most 15KV), lightning protection, and diesel generators. Work on mechanical systems may include: construction or repair of the following systems: fire protection, HVAC, pumping (less than 100 HP), compressed air, hydraulic power systems (less than 50 HP), cranes and hoists (less than 10 tons) and general/industrial plumbing. Project Locations will primarily be geographically located throughout the Walla Walla District area of operations, with work concentrated at McNary, Ice Harbor, Little Goose, Lower Monumental, Lower Granite, (Washington and Oregon) Dworshak (Orofino, Idaho) and Lucky Peak (Boise, Idaho) Dams. The Walla Walla District's civil works boundaries generally follow the Snake River drainage and include approximately 107,000 square miles in six states: Washington, Oregon, Idaho, Wyoming, and small parts of Nevada and Utah. Work may include additional project locations within the Pacific Northwest covered by USACE Seattle and Portland Districts. Task orders will fall under the following magnitudes with 100% performance and payment bonding required for construction efforts: Between $250,000 and $500,000 Between $500,000 and $1,000,000 Between $1,000,000 and $5,000,000 All work must be performed within USACE guidance and in accordance with local, State, and Federal requirements. Performance and payment bonds will be required at the task order level. Sustainability requirements will be contained in the solicitation and resulting contract. The solicitation will follow the Two-Phase Design-Building Selection Procedures as outlined in FAR Subpart 36.3. The resulting multiple award task order contracts will be Fixed Price. Task Orders awarded under this acquisition are subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Solicitation documents for the Request for Proposal No. W912EF22R0005 will be posted to the SAM.gov website on or about May 31, 2022. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. The solicitation is to be competed as a total small business set aside. The small business size standard for NAICS Code 237990 Other Heavy and Civil Engineering Construction is no more than $39.5M in average annual receipts. A site visit will be offered during Phase II of the two-phase selection process. Only one site visit is expected to be offered. Important Note: The SAM.gov response date listed elsewhere in this synopsis is for the SAM.gov archive purposed only. It has not relationship to the actual proposal submission date. The proposal submission date will be contained in the solicitation and any solicitation amendments that are issued. When issued, the solicitation documents for this project will be available via SAM.gov. NO CD’s OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the document(s) posted on the reference website. To obtain automatic notifications of updates to this solicitation, you MUST log in to SAM.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the “Add Me to Interested Vendors” button in the listing for this solicitation on SAM.gov. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the Untied States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-560), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS form I-94 indicating employment authorization, Alien registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-668), Employment Authorization Card (INS Form I-668A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to leanne.r.walling@usace.army.mil and Hillary.a.morgan@usace.army.mil. Foreign national must have received clearance prior to being granted access to the project site.
Data sourced from SAM.gov.
View Official Posting »
Design Build MATOC
**Please note Bold items provided updated information and response by the due date accordingly. Design Build MATOC USACE - Walla Walla District Sources Sought Notice: W912EF22RSS05 The U.S. Army Corps... **Please note Bold items provided updated information and response by the due date accordingly. Design Build MATOC USACE - Walla Walla District Sources Sought Notice: W912EF22RSS05 The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) for design build construction capability to provide repair and maintenance of real property and construction services to include new construction and renovation to large civil works projects (see Scope of Work below). Our intent is to award up to five (5) IDIQ contracts. Task Orders will be firm-fixed price. The Government reserves the right to issue task orders up to $5,000,000. Performance and/or payment bonds will be required for each task order. The North American Industry Classification System (NAICS) code is 237990 Other Heavy and Civil Engineering Construction and the associated small business size standard is $39.5M. Solicitation anticipated late April 2022 This sources-sought announcement is being issued to identify small business concerns with the capability to accomplish the work. This is not a solicitation. Only those firms responding to this announcement by submitting the following information will be considered in determining whether to set aside this requirement. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work through a potential Multiple Award Task Order Contract (MATOC). Interested contractors, including large and small business-led teams, are hereby invited to submit a response to the notice to demonstrate their technical, managerial and business capability provide the requested scope. THIS SOURCES SOUGHT DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Please provide the following in your response: A.)Provide a capability statement expressing interest in this requirement, a list of no more than five current or past projects detailing and demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm’s role in the project, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. B.) A reference list for each of the projects submitted in A) above. Include the point of contact, title, current phone number and email address. C.) Provide a statement of your firm’s business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. D.) Provide a statement that your firm intends to submit an offer on the project when it is advertised. E.) Provide a statement of your firm’s bonding capacity. A statement from your surety is NOT required. F.) Cage Code and DUNS number. Submit this information to LeAnne Walling, Contract Specialist, via email to leanne.r.walling@usace.army.mil. Your response to this notice must be received on or before 10:00 AM Pacific Time on Feburary 25, 2022. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. Summary Scope of Work The purpose of this IDIQ MATOC is to provide repair and maintenance of real property and construction services to include new construction and renovation to large civil works projects including flood control and hydroelectric dams, river navigation facilities, maintenance and office facilities, roadways & recreation facilities, and river levees. Task Orders may be issued either as Design Build or Design-Bid Build projects. Specific work may include a combination of design, construction and repair. Work on civil systems may include: waterstop installation, potable & wastewater systems, underground utilities, drainage culverts, geotechnical exploration and testing, hillside stabilization stream bank stabilization, irrigation systems, paving, striping, site fencing, and river levee rehabilitation. Work on structural/architectural systems may include: structural concrete, structural frames (including steel, aluminum, FRP), machinery supports and seismic bracing, hydraulic steel structures (primarily metal fabrication and machining), Corps of Engineers paint systems (including vinyl), fall protection systems, pre-engineered buildings, manufactured buildings, building interior renovation, elevators, roofing, waterproofing, firestop systems, building exterior envelope renovation. Work on electrical systems may include: Telecom/CCTV systems, fiber optic, motor control (480V MCC or less), instrumentation & controls (e.g. PLC, SCADA), commercial/industrial lighting, fire & security systems, low and medium voltage distribution (less than 5KV), lightning protection, and Variable Frequency Drives (VFD). Work on mechanical systems may include construction or repair of the following systems: fire protection, HVAC, pumping (less than 100 HP), compressed air, hydraulic power systems (less than 50 HP), cranes and hoists (less than 10 tons) and general/industrial plumbing. The Task Order Request for Proposal (RFP) may or may not have traditional plans and specifications or may include sketches and other submittals. Placement of Task Orders. The actual amount of work to be performed and the time of such performance will be determined by a Contracting Officer who will issue written Task Orders. Prices will be requested and evaluated for each task order in accordance with FAR 16.505. The Government will evaluate price and past performance at a minimum, but may include additional non-price factors. Each RFP will state the method of selection and any additional non-price factors. Whenever possible, award will be made without discussions. If discussions are required, each contractor included in the competitive range will be requested to provide a final proposal revision, unless eliminated from discussions. The MATOC work will primarily be geographically located throughout the Walla Walla District area of operations, with work concentrated at McNary, Ice Harbor, Lower Monumental, Little Goose, Lower Granite, (Washington and Oregon) Dworshak (Orofino, Idaho) and Lucky Peak (Boise, Idaho). The Walla Walla District's civil works boundaries generally follow the Snake River drainage basin and include approximately 107,000 square miles in six states (Washington, Oregon, Idaho, Wyoming, and small parts of Nevada and Utah). Work may include additional project locations within the Pacific Northwest covered by USACE Seattle and Portland Districts. The overall procurement value is expected to be $99 million for which contract capacity will be shared the multiple IDIQ contracts (maximum of four), each expected to include a 36-month base period and one (1) 24-month option period (exercised at the discretion of the Federal Government). The Government reserves the right to issue additional solicitations and award additional contracts for same or similar work within the area covered by the awarded IDIQ contracts.
Data sourced from SAM.gov.
View Official Posting »