Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2018 FBO #5984
MODIFICATION

Y -- $49M Indefinite Delivery / Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for Construction Services in Washington, D.C. National Mall Area (NMA) - Solicitation 1

Notice Date
4/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
W912DR18R0014
 
Response Due
5/15/2018 11:00:00 AM
 
Point of Contact
Sierra S. Marshall, Phone: 443-654-7859
 
E-Mail Address
sierra.s.marshall@usace.army.mil
(sierra.s.marshall@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation W912DR18R0014 - Attachment E: DD Form 254 Solicitation W912DR18R0014 - Attachment D: Statement of Affiliation Solicitation W912DR18R0014 - Attachment C: Certificate of Corporate Authority Solicitation W912DR18R0014 - Attachment B: SF LLL Solicitation W912DR18R0014 - Attachment A: Division 1 - Specifications Solicitation W912DR18R0014 The U.S. Army Corps of Engineers (USACE), Baltimore District, Real Property Services Field Office (RSFO), issues this pre-solicitation notice for an Indefinite Delivery / Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC). This is a task order construction contract that will include both design-build (DB) and design-bid-build (DBB) task orders. Only one contractor will be selected for award. Anticipated work for the resultant contract will include, but may not be limited to, a broad variety of major and minor repair, modification, rehabilitation, alterations, design-build, design-bid-build and new construction projects in the District of Columbia, National Mall Area. This contract will have requirements that focus in the District of Columbia but may be used throughout the Baltimore-Washington corridor. Work performed will be for both secure and non-secure sites. A TOP SECRET Facility Clearance is required at the time the offer is due and at time of award and throughout the life of the contract. In the event of a Joint Venture (JV), the clearance requirement will apply to the JV. This means that the entity identified in block 14 of the Standard Form 1442 must have the TOP SECRET Facility Clearance in that name along with the matching Cage Code. For example, if Company A and Company B form a Joint Venture called Company AB, then Company AB must have an active TOP SECRET Facility Clearance. Even if both Company A and Company B each individually posses the clearance, unless Company AB posses its own TOP SECRET Facility Clearance, the proposal will not be eligible for award. This acquisition will utilize a two (2) phase, best value methodology to establish the SATOC. This proposed procurement is 100% set-aside for small businesses. The NAICS code is 236220, with a size standard of $36,500,000.00. The resultant contract will be issued for a five year ordering period. The total capacity for the contract will be $49,000,000. A bid bond will be required in accordance with the terms and conditions of FAR 52.228-1- Bid Guarantee. Performance and Payment bonding requirements will be as follows: Single project bonding requirement is $10M and aggregate bonding is $20M. Phase I of the Request for Proposal (RFP) will be posted to FedBizOpps on 10 April 2018 with proposals due on 15 May 2018. Phase II of the solicitation will only be available to those Offerors selected to advance from Phase I to Phase II. Phase II will include a seed project. At that time, arrangements will be made for those selected Offerors to pick-up the statement of work (SOW) for the seed project and sign the appropriate non-disclosure agreements. A site visit will be scheduled, limited to 2-people per Offeror. All contracting questions related to the upcoming solicitation may be directed in writing to Sierra Marshall, Contract Specialist via email at sierra.s.marshall@usace.army.mil. Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (236220 listed above) to this acquisition must be in vendor's SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR18R0014/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN04884060-W 20180412/180410230755-d5c80a08dea40955c76ecc3195bbb0dd (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.