Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2023 SAM #7932
SOLICITATION NOTICE

Y -- $499M Multiple Award Task Order Contract (MATOC), Indefinite Delivery Indefinite Quantity (IDIQ) for Construction

Notice Date
8/14/2023 8:30:58 AM
 
Notice Type
Solicitation
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR22R0004
 
Response Due
8/18/2023 8:00:00 AM
 
Archive Date
01/31/2028
 
Point of Contact
Katie MARRETTE, Phone: 4109620147, Qiana BOWMAN, Phone: 4109625613
 
E-Mail Address
katie.r.marrette@usace.army.mil, qiana.l.bowman@usace.army.mil
(katie.r.marrette@usace.army.mil, qiana.l.bowman@usace.army.mil)
 
Awardee
null
 
Description
****Amendment 9998 - The purpose of this amendment is to update the Phase II proposal due date in PIEE from August 4, 2023 to August 18, 2023. ****Amendment 0015 is restricted - The purpose of this amendment is to clarify Factor 3 page count.****Amendment 0014 The purpose of this amendment is to update Proposal Submission Requirements ? Phase II and Section 00 22 16 ?Factor 3: Seed Project Approach?.****Amendment 9999 is restricted - The purpose of this amendment is to provide attachment SOCOM 2270 Amendment Text 28JLL Y2023 and July 18, 2023 Site Visit sign-in sheet omitted from Amendment 0013.***Amendment 0013 is restricted ? The purpose of this amendment is to (1) Provide answers to the questions received during the Request for Information (RFI) period, (2) Provide the site visit sign-in sheet, and (3) provide all amendment documents.****Amendment 0012 is restricted ? The purpose of this amendment is to (1) Provide seed project third site visit date. ****Amendment 0011 is restricted ? The purpose of this amendment is to (1) Notify offerors that the pause issued by Amendment 0010 has been lifted and the solicitation is proceeding, (2) Provide seed project second site visit date, (3) Provide Phase II RFI and Proposal due dates. ****Amendment 0010 - The purpose of this amendment is to (1) In accordance with FAR 33.104 (a) (2), notify all offerors that a GAO protest has been received. As a result, the requirement has been paused. (2) The site visit scheduled for June 09, 2023 has been cancelled. **** Amendment 0009 is restricted - the purpose of this amendment is to Update section 00 20 00 Instruction to Offerors - Requests for Information and to extend the Request for Information (RFI) due date from May 12, 2023 at 11:00 AM EDT to June 16, 2023 at 11:00 AM EDT.****Amendment 0008 is restricted - the purpose of the amendment is provide additional site visit date and provide sign-in sheet.****Amendment 0007 is restricted - the purpose of this amendment is to extend the proposal due date, provide site visit sign-in sheet, provide some administrative updates based on inquiries received during Request for Information phase.****Due to a glitch in the system there is no Amendment 0005. The current Amendment is Amendment 0006. Amendment 0006 is restricted - the purpose of this amendment is to update site visit information.****Amendment 0004 is restricted- the purpose of this amendment is to update the proposal due date, update site visit information, and to provide Attachment 9.***Amendment 0003 is restricted - only those that advanced to Phase II can access the amendment issued on April 17, 2023***The U.S. Army Corps of Engineers, Baltimore District issues this solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Construction Contract (MATOC) for projects located in the Baltimore District?s Area of Responsibility (AOR) and North Atlantic Division?s (NAD) Area of Responsibility. It is anticipated that the preponderance of the task orders will be within the Baltimore District AOR. This is a Multiple Award Task Order Construction Contract (MATOC) for Design?-Build (DB) and Design-Bid-Build (DBB) Construction projects in support of DoD and other Federal agencies and Intelligence Community (IC) entities. This MATOC will consist of both large and small businesses. This acquisition will utilize a two phase, best value methodology to establish the MATOC base contract awards on an unrestricted and restricted basis. The proposed Multiple Award Task Order Contract(MATOC) will consist of approximately ten (10) Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to include a target of up to five (5) small business reserve contracts with a total shared capacity of $499M.Contract awards will be made to the offerors whose proposals are determined to be best-value to the Government considering both price and technical factors.The NAICS Code is 236220 with a small business size standard of $39,500,000.00. The total capacity for the MATOC will be $499,000,000.00. A bid bond will be required in accordance with the terms and conditions of FAR 52.228-1 Bid Guarantee. The scope of this contract will encompass Design-Build and Design-Bid-Build renovation and new construction projects. It may also include a broad variety of minor repair, modification, rehabilitation and/or alterations of existing buildings. The salient characteristics of these projects include: Vertical construction, full complement of construction disciplines to include: foundation, infrastructure, site utilities, superstructure, building systems; features of work include: interior/exterior mechanical/electrical / fire protection /HVAC/architectural finishes/ concrete/ plumbing / carpentry/ roofing. It may also include, but not be limited to: demolition, geo-technical investigation, infrastructure projects, interior fit-up, communications, security and force protection (AT/FP) projects. The Contractor shall be required to perform all work in accordance with the access and security requirements of the customer for each project. Some projects will require U.S. citizens only. This will be a two phase acquisition utilizing the best value tradeoff process. Awards will be made to the Offerors whose proposals are determined to be the best value to the Government considering the evaluation factors.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d38bdad72d1a49fd80f92ad81bcf2d9d/view)
 
Record
SN06788970-F 20230816/230814230050 (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.