SOLICITATION NOTICE
Z -- Construction MATOC
- Notice Date
- 6/17/2014
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-14-R-0008
- Point of Contact
- James W. Purcell, Phone: 6157367674
- E-Mail Address
-
James.W.Purcell@usace.army.mil
(James.W.Purcell@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- PURPOSE: This is a Pre-Solicitation notice that the Government intends to issue a Request for Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC) for construction, covering the USACE Nashville District. Up to four awards will be made to the four lowest-priced, technically acceptable offerors, based on the prototype project described below. The combined capacity of all contracts issued as a result of the RFP will be $24 Million. The first task order to be awarded under the MATOC will be based on the prototype project. The plans and specifications for the prototype project will only be available upon issue of the solicitation. PROTOTYPE PROJECT DESCRIPTION: The work covered by this project consists of repairs to the Middlesboro Flood Protection Project, located in Bell County, KY. The general scope of the work includes repairing the left descending bank of the Bennett's Fork diversion by clearing and grubbing vegetation, removing the existing gabion retaining wall, re-grading the slope to a 2:1 slope, and armoring the slope with an articulating concrete block revetment to protect against erosion. Repair of an existing culvert and placement of a section of riprap is also included in the scope of work. The total length of the channel repair is estimated to be 150 feet. Work shall be performed in accordance with the complete plans and specifications to be released with the RFP. Offerors will have an opportunity to attend a site visit, tentatively scheduled on or about mid-July 2014. The date, time, location and registration requirements will be posted in the solicitation. Bid bonds will be required. The magnitude of construction for this project is between $250,000 and $500,000. NAICS AND SIZE STANDARD: The NAICS code for this project is 237990, Other Heavy and Civil Engineering Construction. The small business size standard, based on average annual receipts is $33.5 Million. PERIOD OF PERFORMANCE: The MATOC will cover a five year period. TYPE OF SET-ASIDE: 8(a) Set-Aside. The Government intends to award without discussions. SOLICITATION RELEASE DATE: The anticipated release date for W912P5-14-R-0008 is on or about the first week of July 2014, with a projected proposal submission date of 1 August 2014. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors must be successfully registered in SAM, (www.sam.gov ), in order to receive an award. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The RFP documents for this procurement will be posted on the Federal Business Opportunities (FBO) website, (www.fbo.gov ) It is the responsibility of all potential bidders to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is J.W. Purcell, telephone: 615-736-7674, fax: 615-736-7124, email: James.W.Purcell@usace.army.mil. Any communications regarding this procurement must be made in writing and forwarded via email or facsimile and must identify the RFP number, company name, address, email address, phone number including area code, facsimile number, and point of contact. NOTE: This Notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-14-R-0008/listing.html)
- Place of Performance
- Address: Within the boundaries of the USACE Nashville District, Primarily consisting of portions of Tennessee, Alabama, Kentucky, Virginia, and Georgia, United States
- Record
- SN03397572-W 20140619/140617235400-3198e32d97ebfc33c91c7d40c2fe0950 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |