Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:W912QR19R0038
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District is issuing a Request for Proposal (RFP) for construction services for the Louisville District's area of responsibility (AOR) c...
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District is issuing a Request for Proposal (RFP) for construction services for the Louisville District's area of responsibility (AOR) consisting of Michigan, Illinois, Ohio, and Kentucky. This work consists of but is not limited to design-bid-build constructio; 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 rabatement; and design associated with all of the various aforementioned tasks. Each MATOC will consist of a two-year base period and a one-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 indefintie quantity (IDIQ), multiple award task order contract (MATOC). TYPE OF SET ASIDE: This procurement is 100% set aside for service disabled veteran owned small business under NAICS 236220 - Commercial and Institutional Building Construction. SELECTION PROCESS: This is a single phase, design-bid-build, procurement. 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. The proposal for this procurement, at a minimum, will consist of the following: Past Performance, Technical Approach (Management Plan and Schedule Narrative), and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. SOLICITATION WEBSITE: The official solicitation, as posted, is available free of charge by electronic posting only and is available on the beta.sam.gov website. 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 beta.sam.gov website. 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 amendment 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 beta.sam.gov in order to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV) the JV entity shall have a 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 Bjorn Hale, bjorn.t.hale2@usace.army.mil.