SOLICITATION NOTICE
Y -- OTHER HEAVY CONSTRUCTION-MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
- Notice Date
- 4/3/2020 10:43:10 AM
- Notice Type
- Solicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W07V ENDIST ROCK ISLAND ROCK ISLAND IL 61299-5001 USA
- ZIP Code
- 61299-5001
- Solicitation Number
- W912EK20R0011
- Response Due
- 5/1/2020 12:00:00 PM
- Archive Date
- 05/16/2020
- Point of Contact
- Carissa McKinley, Brunson Grothus
- E-Mail Address
-
carissa.j.mckinley@usace.army.mil, brunson.e.grothus@usace.army.mil
(carissa.j.mckinley@usace.army.mil, brunson.e.grothus@usace.army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- OTHER HEAVY CONSTRUCTION-MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) The U.S. Army Corps of Engineers, Rock Island District (MVR), plans to consolidate contract requirements to provide the Rock Island District construction in various locations to support various other heavy and civil construction requirements of the Public Law (PL) 84-99 Flood Recovery Efforts and other various requirements of the Rock Island District. The construction requirement will acquire construction services in the states of Illinois, Indiana, Iowa, Missouri and Wisconsin. The Rock Island District will advertise this requirement as a competitive Small Business 8(a) Set-Aside, best value trade off. A MATOC will be awarded that will have a shared capacity amongst the MATOC pool of $24.9M.� A minimum of three (3)with a target of six (6) awards will be made with an ordering period not to exceed five (5) y ears. The Rock Island Districts' primary mission, given to us by Congress, is to maintain navigation and improve channels. The District operates and maintains 582 miles of nine-foot navigation channel and 20 locks and dams that allow for the safe and efficient transport of a wide variety of commodities. Additionally, the District has flood risk management efforts from small, local protection projects (levees or non-structural flood risk management measures) to major reservoirs, in which we have been entrusted to maintain. To address the needs of small, rural communities in the Rock Island District, we have a Continuing Authorities Program, which helps sponsors build smaller, cost-shared projects along with the Districts� Emergency Management Program Public Law 84-99 (PL84-99). Under the above listed programs, the District performs mission requirements including, hazardous materials excavation, handling and transporting; temporary construction facilities; temporary retaining structures; protection and dewatering; mechanical and hydraulic dredging operations; demolition and proper disposal of materials; clearing, grubbing, and stripping, and herbicidal treatment; geotextiles; levee repairs, borrow area work, excavating, earthwork, trenching, hauling, filling, grading, shaping, and trenching for utilities; erosion control, constructing erosion berms; bank/shoreline stabilization; vinyl, metal sheet piling and steel H-piles; concrete work (sidewalks, curb and gutters, slabs, pads, parking lot paving replacing), concrete and asphalt paving work, and pavement marking; steel post and decorative bollards; horizontal directional drilling; culverts; sanitary sewer and storm drainage systems; trenching for utilities; stoplog structure, waterstops and other gate type closures; chain link or ornamental fencing and gates (option with electrical access); metal fabrications; embankment construction; aggregate, bedding stone, erosion stone, and riprap placing; bituminous fog coating; road ramp repairs; surveying; retaining walls; guardrail work; electrical work and exterior lighting; landscaping and site restoration; and seeding. All of this within the geographical boundaries of the District. NAICS: 237990 Other Heavy and Civil Engineering Construction Size Standard: $39,500,000.00 Competitive 8(a) Set Aside- Best Value Trade Off This construction contract will be awarded using competitive negotiation procedures for achieving the Best Value to the Government through the Source Selection Process. The Source Selection will be conducted in accordance with procedures prescribed in FAR Par 15. The Government will select for award the proposal that is most advantageous and represents the best overall value to the Government, considering the Technical Approach, Past Performance, and Price. All applicable information will be outlined in the solicitation. Any contractor wanting information pertaining to any small business concerns shall request assistance from the Rock Island District�s Small Business Representative. Beth M. White Deputy, Small Business Programs US Army Corps of Engineers, Rock Island District Elizabeth.M.White@usace.army.mil Desk: 309-794-5205 Cell: 309-422-6595
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/905939aa71a2496e8fa8216fe73adc70/view)
- Record
- SN05609931-F 20200405/200403230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |