Inactive
SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
Notice ID:W912QR19R0024
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR19R0024 for Construction Services for the Louisville District's Area of Re...
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR19R0024 for Construction Services for the Louisville District's Area of Responsibility (AOR) consisting of Michigan, Illinois, Indiana, Ohio, and Kentucky. The work consists of but is not limited to; design build or design-bid-build construction. The work includes new building construction, building renovation, all types of building/facilities demolition, building debris type removal, structural repairs, site work, utility installation/replacement, paving, civil works (flood damage reduction, such as channel improvements, bank stabilization, levees and floodwalls), industrial repairs, equipment upgrades, landscaping, geotechnical work, instrumentation, architectural, security systems, lead paint, PCB, HTRW, and asbestos abatement and design associated with all of the various aforementioned tasks. All designs shall be performed by registered professionals. Each MATOC will consist of a 2-year base period and one 1-year option period for a total of three years. The available capacity for the MATOC pool is $45,000,000.00. TYPE OF CONTRACT: This solicitation will be for no less than three (3) and no more than five (5) contractors for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC). TYPE OF SET-ASIDE: This procurement is 100% set-aside for Women Owned Small Business under NAICS 236220 - Commercial and Institutional Building Construction. SELECTION PROCESS: This is a Two-phase procurement. Proposals will be evaluated by the Government in accordance with the following criteria for Phase I: Past Performance (Prime Contractor and A/E Designer of Record), Technical Approach, and Pro Forma information. Following completion of the evaluation of Phase I, up to a maximum of ten (10) most highly qualified offerors will be selected to participate in Phase II. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or after 5 September 2019. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.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 the Federal Business Opportunities website at http://www.fbo.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 following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the 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 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 Kelly Maxwell, Kelly.B.Maxwell@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.