INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR DESIGN-BUILD AND GENERAL CONSTRUCTION PROJECTS WITHIN THE BOUNDARIES OF THE U.S. ARMY CORPS OF ENGINEERS (USACE), SOUTH ATLANTIC DIVISION

Agency:
State: Florida
Type of Government: Federal
FSC Category:
  • Y - Construction of Structures and Facilities
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Mar 7, 2024
Due Date: Apr 16, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR DESIGN-BUILD AND GENERAL CONSTRUCTION PROJECTS WITHIN THE BOUNDARIES OF THE U.S. ARMY CORPS OF ENGINEERS (USACE), SOUTH ATLANTIC DIVISION
Active
Contract Opportunity
Notice ID
W912EP24R0008
Related Notice
W912EP23Z0020
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
W074 ENDIST JACKSNVLLE
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 07, 2024 08:55 am EST
  • Original Published Date: Jan 18, 2024 03:10 pm EST
  • Updated Response Date: Apr 16, 2024 02:00 pm EDT
  • Original Response Date: Mar 01, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 01, 2024
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    FL
    USA
Description View Changes

SUBJECT: INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) FOR DESIGN-BUILD AND GENERAL CONSTRUCTION PROJECTS WITHIN THE BOUNDARIES OF THE U.S. ARMY CORPS OF ENGINEERS (USACE), SOUTH ATLANTIC DIVISION



DESCRIPTION OF WORK:



The purpose of this acquisition is to provide a readily available contract tool that will enable the Jacksonville District's Operations Division to proactively and responsively execute the construction, renovation, and repair requirements identified within the District. Task Orders placed under this MATOC include various types of construction, but not limited to new builds, demolition, renovation, and repairs related to civil works and military projects within USACE, South Atlantic Division (SAD). The support for military and civil works projects will encompass all types of facilities such as commercial, industrial, logistical, or any other types where general construction trades and practices are typically used in the construction, renovation, expansion, and repairs. Facilities may be located within private lands, within federal, state, municipal, territorial/Indian Lands, within waterways and bodies of water, within the contiguous coastal zones to a depth of 12 feet, or on and around levees and water control features. The support for civil works projects will include environmental restoration, flood control, erosion control, bridges, paving and drainage, culvert work, grading, canals, levees and dams, industrial controls, waterway lock and spillway controls, geotechnical work to include piling and foundations, utility systems, and monitoring stations. Project sponsors may be military, other government agencies or entities for whom USACE is assigned as the Construction Agent. Tasks may involve industrial process equipment, industrial ventilation systems, building and industrial controls, water control structures, and energy management systems.



The scope of support that this MATOC will provide, may include both renovation and new construction. The total of all task orders issued under the contract will not be more than $80,000,000.00, which will be shared among all MATOC holders. The magnitude of task order awards is expected to vary greatly but not be less than $25,000.00. This contracting effort will ensure that the Jacksonville District is able to support the construction needs of the Operations Division and other potential partners over the next five years. The base period of this MATOC will be one year and will include four optional ordering periods of one year. The required $80,000,000 in total capacity would cover the anticipated capacity utilization rate and include a reasonable contingency in the event that the program shows unexpected growth or large obligations during the contract period.



PROPOSAL REQUIREMENTS:



This requirement will be competed as a 100% small business set-aside using the Two-Phase Design Build procedures identified in the FAR subpart 36.3. The Contracting Officer shall also be the SSA for this procurement.



This solicitation will result in the award of a firm-fixed price (FFP) MATOC. The Government will award FFP contracts to the responsible offerors whose proposals are fair and reasonable and have been determined to be the most advantageous to the Government. The basis of award is best value trade-off. Accordingly, the Government has the right to accept other than the lowest priced offer. The right is also reserved to reject all offers.



Phase I proposals will be evaluated on the factors of (1) Past Performance and (2) Technical Approach for Design Build. Price is not a submission requirement for Phase I.



Following completion of the evaluation of Phase I, up to a maximum of five most highly qualified offerors will be selected to participate in Phase II.



Proposals for Phase II will be evaluated on the factors of (3) Design Technical and Schedule (consisting of Organization and Technical Approach; Design Analysis and Construction Approach; and Proposed Project Summary Schedule) and (4) Price.



NAICS Code 236220: Commercial and Institutional Building Construction



Small Business Size Standard: $45,000,000



Anticipated Magnitude of Construction per DFARS 236.204: $25,000,000 - $100,000,000



THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE.



The solicitation will be issued on or about Wednesday, 13 March 2024 with a response date on or about Tuesday, 16 April 2024. Solicitation will be issued in electronic format only and will be posted on the Procurement Integrated Enterprise Environment (PIEE) website. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the sam.gov website. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to receive an award from this solicitation.



The SAM website can be located at https://sam.gov.



The PIEE website can be found at https://piee.eb.mil/.



The Pre-proposal Conference information will be provided with the solicitation posting.



The Consolidation Memorandum can be located within the attachments below.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 701 SAN MARCO BLVD
  • JACKSONVILLE , FL 32207-0019
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

24-011 Naples Pier Reconstruction - ITB Bid/RFP Status: Open - accepting bids and

City of Naples

Bid Due: 5/07/2024

Number Type Title Close Date Links CF-0048-24 Capital Improvements OAK HARBOR BULKHEAD REPLACEMENT

City of Jacksonville

Bid Due: 5/01/2024

24-011 Naples Pier Reconstruction - ITB Bid/RFP Status: Open - accepting bids and

City of Naples

Bid Due: 5/07/2024

Follow Civil Works IDIQ 2024 - Hurlburt Field, FL Active Contract Opportunity Notice

Federal Agency

Bid Due: 5/01/2024