SOLICITATION NOTICE
Y -- Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
- Notice Date
- 1/13/2025 9:37:23 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ25RA001
- Archive Date
- 02/15/2025
- Point of Contact
- ANN MURPHY ADLEY, Phone: 9783188255
- E-Mail Address
-
ann.m.adley@usace.army.mil
(ann.m.adley@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Action Code: Pre-Solicitation Notice Class Code: Construction Services NAICS Code: 236220 Subject: Design Build Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) Solicitation Number: W912WJ25RA001 Description: The U.S. Army Corps of Engineers, New England District's (NAE) will be soliciting an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design Build (DB) services with work to be conducted at sites across the NAE and North Atlantic Division (NAD) Area of Responsibility (AOR). The DB MATOC will have a contract ordering period of five (5) years and a total contract capacity of $90 million. The district intends to award a target of five (5) small businesses for the MATOC pool. The NAICS Code is 236220 the size standard is $45,000,000.00. It is anticipated that Task Order (TO) awards will range in size from $3 million to $10 million, but smaller or larger orders may be awarded under this contract. Task orders will be negotiated on a firm-fixed-price basis. The scope of work to be conducted under this contract includes, but is not limited to, design services and construction services for new construction, rehabilitation, renovation, repair, modification, alteration and/or preventative maintenance for vertical, and occasionally horizontal-type, construction projects. Vertical construction work may include, but is not limited to: architectural elements (flooring, ceilings, walls, windows, doors, and interior and exterior finishes); electrical, mechanical, communications, and fire protection systems; sustainable design and commissioning; furniture fixtures and equipment; building foundations, walls, and structural systems; abatement of lead, asbestos, mold and other hazardous substances; and interior and/or exterior painting. Horizontal construction features may include, but are not limited to: new construction, rehabilitation and repairs of highways, roads, streets, airport runways, concrete aprons and sidewalks; firing ranges; trails; fences and gates; obstacle courses; storm drainage; erosion repairs,(i.e. sinkholes, washouts); general grading/earth moving; soft/hard landscaping; retaining walls; sodding; detection loops; bridges; parking lots; traffic lines; traffic markings; traffic control; improvements to navigation; and repair/replacement of storm water, sewer, lines, and utility supply lines. Design products typically produced include but are not limited to: design drawings using CAD or BIM, specifications, construction cost estimates, investigatory reports, and design and construction schedules. Incidental work may include, but is not limited to: topographic surveys, building surveys, destructive testing, environmental characterization, subsurface investigations, developing architectural and engineering models, value engineering, and facilitation. While the proposed MATOC will be used primarily to support DB requirements for NAE customers at locations across the NAE and the greater NAD AOR, NAE reserves the right to utilize the proposed contract for Design-Bid-Build (DBB) efforts, if determined appropriate. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP). This notice does not commit the U.S. Government to contract for any supply or service. Please note that this solicitation is anticipated to be a set-aside for certified small businesses. This is not a request for proposals at this time; the RFP requirements and contract documents which will include instructions for submission and the response date will be available early February 2025. Neither telephonic, mailed, nor faxed requests for hard copies of this solicitation will be accepted. The solicitation will only be available online; in order to view the solicitation offerors must access the System for Award Management website (www.sam.gov). In order to download the solicitation, offerors must access the Procurement Integrated Enterprise Environment (https://piee.eb.mil/). All responsible sources may submit a bid which shall be considered by the USACE New England District. Additional questions may be emailed to the Contract Specialist at Ann.M.Adley@usace.army.mil. Government Agency URL: www.nae.usace.army.mil Government Agency URL Description: New England District, US Army Corps of Engineers
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bd9bfdfa4717412bb1097265328b0d6a/view)
- Record
- SN07310881-F 20250115/250113230056 (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 |