Service-Disabled Veterans-Owned Small Business ID/IQ MATOC

Agency: DEPT OF DEFENSE
State: Missouri
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159170742190039
Posted Date: Oct 21, 2022
Due Date: Nov 14, 2022
Solicitation No: W912DQ23R4001
Source: Members Only
Follow
Service-Disabled Veterans-Owned Small Business ID/IQ MATOC
Active
Contract Opportunity
Notice ID
W912DQ23R4001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST KANSAS CITY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 21, 2022 12:45 pm CDT
  • Original Response Date: Nov 14, 2022 12:30 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Kansas City , MO 64106
    USA
Description

The U.S. Army Corps of Engineers, Kansas City District (NWK), intends to issue a solicitation for Design-Build and Design-Bid-Build construction services. This is a two Phase Best Value Tradeoff solicitation for offers of a Firm Fixed-Price Multiple Award Task Order Contracts (MATOC) for Design-Build and Design-Bid­Build Construction projects within the geographic boundaries of the Kansas City District but may be used to support other projects within the Northwestern Division (NWD) of the U. S. Army Corps of Engineers (USACE). This is a 100% set­aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The Phase 1 solicitation will be available on or about 7 November 2022 on the SAM website at www.sam.gov and proposals will be due within 30 days from issuance of the solicitation.



The NAICS code that will apply to projects under these contracts will be NAICS 236220 (Commercial and Institutional Building Construction). The Size standard is $39.5 million.



The Government will award a target of five (5) base Indefinite Delivery/Indefinite Quantity (ID/IQ) contract awards to firms under this solicitation. The MATOC will share an ordering capacity of $45 million.



The MATOC duration will be five (5) years.



The minimum guarantee on this contract is $2,500.00. Individual projects under this contract will be awarded by task order.



Individual projects may incorporate facility maintenance, road/traffic improvements, and building/facility construction to include reinforced concrete foundations, steel frame and roof system, insulated metal walls, utilities, and all other necessary work for complete and usable support facilities. Supporting facilities can include site utilities; electric service; security lighting; fire protection and alarm system; paving, walks, curbs, and gutters, parking, and site improvements; storm drainage; and information systems. Projects may include special foundations, connection to Energy Monitoring and Control Systems (EMCS) and installation of Intrusion Detection System (IDS). Antiterrorism/Force Protection (AT/FP) measures include blast resistant windows and doors, architectural reinforcement, mass notification, HVAC controls, conduit for security systems, and general structural reinforcements.



The Government will evaluate the performance capability of Phase 1 proposals in accordance with the criteria described in the Phase 1 solicitation and will select a target of seven (7) proposals to compete in Phase 2 for the MATOC pool.



The Phase 2 solicitation will include an initial task order which will also be awarded to one of the base contract awardees.



The Government will evaluate Price, and technical factors in the Phase 2 proposals in accordance with the criteria described in the Phase 2 solicitation for best value, trade off. The Phase 2 solicitation will be available on or about the second week of February 2023, and Proposals will be due on or about 30 days from issuance of the solicitation.



As requirements develop, task orders will be issued in accordance with DFARS



Military Construction (MILCON) or Operations and Maintenance projects. Requirements include, but are not limited to, sustainability, renovation, modernization, and construction work within the geographic boundaries of the Kansas City District but may be used to support other similar projects within the Northwestern Division (NWD) of the U. S. Army Corps of Engineers (USACE). The purpose of these MATOC contracts will be to support military construction and renovation projects within the district.



The Phase 1 and Phase 2 solicitations will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Part 15 for Best Value. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. The government intends to award without discussions.



Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at



https://www.sam.gov. If the offeror is a Joint Venture (JV), the JV entity must 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 data base, the Government reserves the right to award to the next prospective offeror.



Interested offerors are required to submit their representations and certifications to the System for Award Management (SAM) website at https://www.sam.gov



All communications must be made in writing. Prospective Offerors shall submit contracting and technical inquiries and questions concerning the solicitation via Bidder Inquiry in ProjNet at www.projnet.org/projnet. A Bidder Inquiry Key will be provided with the solicitation.



*************** ATTENTION NEW REQUIREMENTS*****************



NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY (NIST) SCORE IN THE SUPPLIER PERFORMANCE RISK SYSTEM (SPRS) REQUIREMENT:



Please NOTE this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to responding to this solicitation. The NIST score is a responsiveness item. Bids/offers from contractors with a NIST score in SPRS will be considered responsive and evaluated/considered for award. Those without a NIST score in SPRS will be deemed NON-RESPONSIVE and thus not evaluated/considered for award.



AVIALABLITY OF PLANS AND SPECIFICAITONS ON THE PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE) SYSTEM:



DASA(P) Policy 21- 81, Dated 20 August 2021 - Contractors may view and/or download the Request for Proposal (RFP) and all amendments at the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/.



Plans and specification will not be available in paper format or on compact disc. It is the offeror's responsibility to monitor the PIEE Solicitation Model daily (using the above link) for plans, specification, and amendments to the solicitation.



INSTRUCTIONS ON SENDING ELECTRONIC OFFEROR PROPOSALS:



Electronic copies of each volume shall be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) Module at https://piee.eb.mil/. Proposals submitted by mail or hand-carried will not be evaluated. Proposals sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be retrieved. It is the responsibility of the Offeror to confirm receipt of proposals. All proposals received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the FAR.



For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf



It is the Offeror's responsibility to obtain written confirmation of receipt of all electronic files of the full proposal by the USACE Kansas City District Contracting office (NWD). If the Solicitation Module is not operational, the alternate method for proposal submission is via email to the email address noted on Block 10 of the front of the SF1442 ONLY. The Offeror must obtain prior approval from the Contracting Officer to use the alternate submission method. Offerors are responsible for ensuring electronic copies are virus-free and shall run an anti­virus scan before submission. Electronic files shall be clearly identified for each volume, section, and item.


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING DIV CORPS OF ENGINEERS 601 E 12TH ST
  • KANSAS CITY , MO 64106-2896
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 21, 2022 12:45 pm CDTPresolicitation (Original)

Related Document

Nov 10, 2022[Solicitation (Updated)] Service-Disabled Veterans-Owned Small Business ID/IQ MATOC
Dec 12, 2022[Solicitation (Updated)] Service-Disabled Veterans-Owned Small Business ID/IQ MATOC

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >