Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2020 SAM #6916
SOLICITATION NOTICE

Z -- Draft RFP W9128F21R0007 $99M Rapid Disaster Infrastructure (RDI) #2 HUBZone Set Aside Multiple Award Task Order Contract (MATOC)

Notice Date
11/3/2020 10:32:22 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F21R0007
 
Response Due
11/19/2020 11:00:00 PM
 
Archive Date
12/05/2020
 
Point of Contact
Ericka Collins, Glenda A Canty
 
E-Mail Address
ericka.t.collins@usace.army.mil, glenda.a.canty@usace.army.mil
(ericka.t.collins@usace.army.mil, glenda.a.canty@usace.army.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
On or about�20 November�2020, the Government intends to issue one solicitation for an Indefinite Delivery, Indefinite Quantity (IDIQ) Rapid Disaster Infrastructure (RDI) Response Multiple Award Task Order Contract (MATOC) for HUBZone contractors covering the Contiguous United States (CONUS), Alaska, Hawaii, and Outlying areas as defined by the Federal Acquisition Regulations (FAR) Part 2. The shared contract capacity of the MATOC is $99 million for an ordering period of eight (8) years: five (5) base year and one (1) three (3) year option, with a possible 6-month extension. This RDI MATOC facilitates time-sensitive disaster, infrastructure, and construction related activities in support of federally funded customers. Projects will vary in size, complexity, location, and will require a high degree of flexibility and adaptability on the part of the contractor to respond quickly and effectively. The primary NAICS Code for this solicitation is 236220 � Commercial and Institutional Building Construction with a size standard of $39,500,000.00. All work will be time sensitive in nature, necessitating an expedited response to mitigate threat to life and property and/or operational impacts to the Government. Examples include, but are not limited to: Security and Defense Mission Support.� Support to USACE Protective Design Center of Expertise (PDC) and other federal agencies for time sensitive construction response actions in support of Security and Defense initiatives. Support to the Department of Homeland Security (DHS). � The DHS mission is to secure our homeland by leading the unified national effort to protect America.� The DHS will prevent and deter terrorist attacks and protect against and respond to threats and hazards to the nation.� Homeland Security includes, but is not limited to, protection of transportation systems, disruption of threats to installations, protection of critical infrastructure and key assets, positioning of resources to be ready for defense, and activities to ensure health and safety of the United States of America and its citizens. Disaster Support Response. The intent of the RDI Disaster Support Response is to provide time-sensitive construction/rehabilitation/flood risk reduction support.� Projects may include, but are not limited to, roads (primary, secondary and short-term temporary fixes), bridges, irrigation systems, coastal and marine resource management and development, dams and other water related structures, electric distribution systems, water and sanitation systems schools, clinics or hospitals, emergency power and other civil engineering works.� In addition, under USACE responsibilities to FEMA, the RDI MATOC may be used to provide USACE Mission Support through the local MSCs or District Commander to address debris removal and/or unwatering activities, provided the requested services are within the scope of the contract. Infrastructure Construction Support.� The RDI MATOCs may support various time critical infrastructure construction repair/rehabilitation projects with the most prevalent being rehabilitation of levee systems. However, infrastructure construction support may include work on other essential infrastructure facilities, such as: roads, bridges, dams, utility systems (power, water, sewer, telephone, telecommunications) railways, subways, airports, and harbors, which are publicly owned, regulated or maintained by the government. This includes work on buildings, structures or other real property, when necessary to support a larger infrastructure mission assignment. NOTE: Each Task Order Request for Proposal will identify when the contractor must mobilize; however, emergency recovery actions may require mobilization within 24 hours of task order award. Projects may require incidental design and/or ecological/environmental, hazardous waste recovery, and munitions work. Virtual infrastructure (such as cyber, electronic data, and information systems) will not be required under this contract, except for incidental work such as installation of a camera, etc. This Scope also encompasses construction applications and technologies needed to support time-sensitive construction projects in various locations within the U.S. (defined as all 50 states, District of Columbia, and outlying areas). Individual Task Orders will further define specific project requirements once identified. 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 http://beta.SAM.gov. ��Registration is required to access solicitation documents. Federal Business Opportunities 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 http://beta.SAM.gov. All amendments will be posted in http://beta.SAM.gov. It shall be the contractor's responsibility to check the website for any amendments.� The Contract Specialist point of contact for this project is Ericka Collins who can be reached by email: �ericka.t.collins@usace.army.mil. Interested parties are reminded that they are responsible for checking on new information posted to beta.SAM.gov. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ec2c0baea7d84729b1bc99b13a503b99/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05844788-F 20201105/201103230141 (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 |
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.