$135M FSRM 8(a) MATOC

Agency:
State: Nebraska
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159448734929580
Posted Date: Feb 13, 2024
Due Date: Mar 29, 2024
Source: Members Only
Follow
$135M FSRM 8(a) MATOC
Active
Contract Opportunity
Notice ID
W9128F24R0026
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 13, 2024 12:00 pm EST
  • Original Response Date: Mar 29, 2024 02:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Omaha , NE 68102
    USA
Description

On or about 15 March 2024, The Government intends to a solicitation for a target of five (5) firm fixed price Indefinite Delivery Contracts (IDCs) 8(a) awards with a total of $135M in shared capacity for Construction Services for Facilities Sustainment, Restoration, and Modernization (FSRM) which includes all work required for design-build (D-B)/design-bid-build (D-B-B) projects for existing military and civil stakeholders located within Omaha District’s Area of Responsibility (AOR) under NAICS 236220. The Government will limit task orders under this MATOC to firm-fixed price (FFP). This MATOC will have a five (5) year performance period (one 3-year base period and one 2-year option period).



IDCs will include various types of FSRM projects, examples of military projects may include but not limited to, design-build/design-bid-build, installation, upgrades, and/or repairs of VA or DOC facilities and additional stakeholder facilities, to include: mechanical systems, electrical systems to include Essential Electrical Systems (EES) and telecommunications/IT/Low Voltage (including environmental monitoring and building automation systems - EMS/BAS), sewer systems, plumbing systems, and medical gas systems (categories 1-4). Each task order to be issued will fully describe the design project or the accomplished studies and will identify all work to be accomplished.



Please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via https://SAM.gov. Registration is required to access solicitation documents. The website https://SAM.gov provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Summary of access requirements to solicitation is as follows. Find solicitation announcements in https://SAM.gov.



All amendments will be posted in https://SAM.gov. It shall be the contractor's responsibility to check the website for any amendments. The Contracting point of contacts for this project are Jennifer Gilbreath at Jennifer.c.gilbreath@usace.army.mil and Tyler Hegge at tyler.hegge@usace.army.mil. Interested parties are reminded that they are responsible for checking on new information posted to https://SAM.gov


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 13, 2024 12:00 pm ESTPresolicitation (Original)

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 >