SPECIAL NOTICE
Z -- Draft RFP $254M 8(a) RDI MATOC
- Notice Date
- 5/4/2021 1:02:47 PM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F21R0031
- Response Due
- 5/15/2021 12:00:00 PM
- Archive Date
- 05/30/2021
- Point of Contact
- Glenda A Canty, John Hickman
- E-Mail Address
-
glenda.a.canty@usace.army.mil, john.d.hickman@usace.army.mil
(glenda.a.canty@usace.army.mil, john.d.hickman@usace.army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- On or about 15 May�2021, the Government intends to issue an 8(a) solicitation and award a Multiple Award Task Order Contract (MATOC) for shared capacity of $254M to a target of four (4) contractors.� Individual Task Orders will be solicited and competed within the MATOC pool.� Task Orders within the MATOC may be Cost-Plus-Fixed-Fee (CPFF) or Firm Fixed Price (FFP) task orders, depending upon project risk. Pursuant to 13 CFR 124.501, it has been determined that competition will be limited to 8(a) firms located within the geographical area serviced by the SBA Nebraska, Iowa, South Dakota, North Dakota, Missouri, or Kansas District Offices, and other 8(a) construction firms with a bona fide place of business, as defined by 123CFR124.501(k), within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. The total ordering period for this MATOC is eight (8) years from contract. The base will be five (5) years and there will be one (1) option period of three (3) years. The Government�s decision to exercise an option will be contingent upon satisfactory contractor past performance and an informal survey of current market conditions. �The decision to exercise the option is at the discretion of the Government.� The minimum guarantee amounts for this MATOC (to include all option periods) are $2,500.00. Projects will vary in size, complexity, and location, and will require a high degree of flexibility and adaptability on the part of the contractor to respond quickly and effectively.��� 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. Work contemplated under this MATOC may include such missions as: 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.� This RDI MATOC could be used for construction of security measures, if other construction contracts are not available and the project is time-sensitive.� Additionally, given the need to address security vulnerabilities, many of these projects must be completed on an expedited basis.� Examples of time-sensitive projects include installation of chemical/biological filtration systems, force protection at extremely critical government assets, security upgrades at key installations domestically (within project locations at noted in paragraph 1.3 below), and infrastructure improvements at mission critical sites to ensure sustainability.� Support to the Department of Homeland Security (DHS). � The DHS mission is to secure our homeland by leading a unified national effort to protect America.� The DHS prevents and deters terrorist attacks and protects against and responds 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. Disaster Support Responses 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 temporary housing, critical facility repairs, power generation and transmission, debris removal and/or unwatering activities and other missions assigned to USACE via Emergency Support Function #3 (ESF#3), provided the requested services are within the scope of the contract. Infrastructure Construction Support.� This RDI MATOC 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 (RFP) will identify when the contractor must mobilize. 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. Projects may occur in Nebraska, Iowa, South Dakota, North Dakota, Missouri, and Kansas,�� The Offeror shall be prepared to respond to any location within the states, as defined above. 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 websitefor any amendments. The Contract Specialist point of contact for this project is�Glenda Canty�who can be reached by email: glenda.a.canty@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/6a76db5e43ff4dc5bdaaff9713d53e89/view)
- Record
- SN05990577-F 20210506/210504230112 (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 |