SOLICITATION NOTICE
Y -- Pre-Solicitation Notice - W9128F21R0013 $400M Airfield Paving Construction MATOC
- Notice Date
- 12/17/2020 12:50:20 PM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F21R0013
- Response Due
- 1/4/2021 12:00:00 AM
- Archive Date
- 01/04/2021
- Point of Contact
- Tyler P. Hegge, Ericka Collins
- E-Mail Address
-
tyler.hegge@usace.army.mil, ericka.t.collins@usace.army.mil
(tyler.hegge@usace.army.mil, ericka.t.collins@usace.army.mil)
- Description
- On or about�4�January 2021, the Government intends to issue�an unrestricted solicitation for an Indefinite Delivery, Indefinite Quantity (IDIQ)�Airfield Paving Multiple Award Task Order Contract (MATOC) for� covering the USACE Northwestern Division�s military boundaries (including Washington, Oregon, Idaho, Montana, Wyoming, Colorado, North Dakota, South Dakota, Nebraska, Kansas, Minnesota, Iowa, Missouri, Michigan and Wisconsin). The shared contract capacity of the MATOC is $400 million for an ordering period of�seven (7) years: four (4) 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, and location, and will require a high level of technical expertise and a high level of quality control to ensure all airfield paving construction projects meet technical standards and provide long-lasting airfield paving. The primary NAICS Code for this solicitation is 237310 ��Highyway,�Street,�and Bridge�Construction with a size standard of $39,500,000.00. Work contemplated under this MATOC may include construction and/or full depth repair of both concrete and asphalt airfield pavements. Work may include related/ancillary systems such as minor pavement repairs, airfield lighting systems, NAVAIDs, storm water systems, aircraft arresting systems, and other utility systems located within the airfield environment. Work will conform to Department of Defense (DoD) requirements via task order specific versions of the Unified Facilities Guide Specifications (UFGS). Work will occur on an active airfield environment, such as runways, taxiways, and aprons, requiring phasing and working around active aircraft operations. 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.�The website beta.SAM.gov provides secure access to acquisition-related information, synopsis or presolicitation 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. ***Note: A Draft RFP for this MATOC was previously posted to beta.sam.gov under solicitation number W9128F20R0062. The solicitation number has been updated to reflect the new fiscal year (FY 21). The new solicitation number is now W9128F21R0013.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1185ba8754ff4b7eb5fde06e9be8fef7/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05876700-F 20201219/201217230116 (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 |