Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2025 SAM #8465
SOLICITATION NOTICE

Y -- Fort Johnson Horizontal MATOC HUBZone Pool

Notice Date
1/28/2025 10:40:01 AM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G25R0128
 
Response Due
3/1/2025 12:00:00 PM
 
Archive Date
12/15/2025
 
Point of Contact
Demetrius Brooks, Phone: 8178861033, Robert E. Buchanan, Phone: 8178861047
 
E-Mail Address
demetrius.d.brooks@usace.army.mil, CESWF-CT-PreawardProposal@usace.army.mil
(demetrius.d.brooks@usace.army.mil, CESWF-CT-PreawardProposal@usace.army.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
The United States Army Corps of Engineers (USACE) Fort Worth District has the following requirement: NOTE: THIS IS A PRESOLICITATION NOTICE, NOT A SOLICITATION. SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE, NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS PRESOLICITATION NOTICE IS SUBJECT TO CHANGE. THIS NOTICE IS FOR A 100% SMALL BUSINESS HUBZone SET-ASIDE The resulting solicitation, W9126G25R0128 will be issued as a Request for Proposal (RFP) for Fort Johnson Horizontal MATOC Small Business HUBZone Pool seeking a target of five (5) small business in this competition for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Fort Johnson Horizontal Construction (Small Business) primarily to support construction and repair. The MATOCs may be used to support other USACE Civil and Military programs within Southwestern Division (SWD) geographic boundaries for Design-Build (DB) and Design Bid Build (DBB) Horizontal Construction for Fort Johnson to support construction and repair. The overall construction program will include, but is not limited to design and construction of roads, parking lots, boat ramps, Heli-pads, bridges, gates, retaining walls, drainage improvements, pedestrian border fences, vehicle border fences, airport runways, airport taxiways, levy and flood walls and lighting, irrigation systems, cemetery expansions to include pre-placed crypts, columbaria, ossuaries/memorial walls; and repair or alteration of all of these. This acquisition will utilize a two phase, best value methodology to establish the MATOC base contract awards on a restricted basis. The government will evaluate offers utilizing the best value continuum, tradeoff process described in the Federal Acquisition Regulation (FAR Part 36.3 and 15.3) for the base contracts. The proposed Multiple Award Task Order Contract (MATOC) will consist of a target of approximately five (5) Indefinite Delivery Indefinite Quantity (IDIQ) contracts HUBZone small business contracts with a total shared capacity of $20M.Contract awards will be made to the offerors whose proposals are determined to represent the best value to the Government. The Government anticipates Task Orders to be issued as Firm Fixed Price (FFP) or Fixed Price Incentive Firm (FPIF). Each awardee will be given a fair opportunity to be considered for each task order exceeding the micro-purchase threshold, IAW FAR 16.505(b)(1). This announcement is restricted to HUBZone business firms only. It has been determined that competition will be limited to HUBZone business firms located nationwide, and the assigned North American Industrial Classification System (NAICS) Code applicable to this project is 237310, Highway, Street, and Bridge Construction, which has a size standard of $45M in average annual receipts. The RFP is anticipated to be issued on or about 1 MARCH 2025. No public bid opening procedures are applicable for this solicitation. This MATOC will be administered by the Fort Worth District, U.S. Army Corps of Engineers and will have a base ordering period of seven years and no option periods. The performance period for each task order will be determined based upon the individual requirement and will be included in the task order solicitation and award documents. In accordance with DFARS 217.204(e)(iii), performance of any task orders shall not exceed a total of 11-years from the award date of the MATOCs. The Minimum Guarantee amount is $2,500. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Davis-Bacon Act. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/.The use of the website requires prior registration. Plans and specifications will not be made available in paper format or on compact disc. It is the Offeror�s responsibility to monitor the https://sam.gov/website for amendments to the solicitation. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. Moreover, you must be registered with the System for Award Management (SAM), in order to receive a contract award. Your SAM record must indicate your firm is eligible for �All Awards�. You may register with SAM at https://www.sam.gov/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fc2aac7f8c6341a2907fdf70397727cb/view)
 
Place of Performance
Address: Fort Johnson, LA, USA
Country: USA
 
Record
SN07325128-F 20250130/250128230105 (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.