Fort Johnson Vertical Constructon MATOC 8a Pool

From: Federal Government(Federal)
W9126GR240124

Basic Details

started - 12 Apr, 2024 (21 days ago)

Start Date

12 Apr, 2024 (21 days ago)
due - 31 Dec, 2024 (in 8 months)

Due Date

31 Dec, 2024 (in 8 months)
Pre-Bid Notification

Type

Pre-Bid Notification
W9126GR240124

Identifier

W9126GR240124
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)USACE (38243)SWD (3885)W076 ENDIST FT WORTH (111)
[object Object]

SetAside

8A(8(a) Set-Aside (FAR 19.8))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 8(a) SET-ASIDEThe resulting solicitation, W9126G24R0124 will be issued as a Request for Proposal (RFP) for Fort Johnson Vertical MATOC Small Business 8(a) 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 (formerly Fort Polk) Vertical Construction (Small Business) primarily to support facilities 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) projects utilizing a competitive Multiple Award Task Order Contract (MATOC). It is anticipated that the preponderance of the task orders will be for Fort Johnson, LA (formerly Fort Polk).The overall construction program will include, but not limited to police station, flight control tower, parachute repair shop, physical fitness center, company operations facility, general purpose maintenance shop, barracks, vehicle maintenance shop, aircraft maintenance hangar, and wash racks. The scope of this contract will encompass Design-Build and Design-Bid-Build renovation and new construction projects in addition to maintenance, repairs, and alterations.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 ten (5) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to include a target of up to five (5) 8(a) business reserve contracts with a total shared capacity of $95M. Contract awards will be made to the offerors whose proposals are determined to be 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 8(a) business firms only. It has been determined that competition will be limited to 8(a) business firms located nationwide, and the assigned North American Industrial Classification System (NAICS) Code applicable to this project is 236220, Commercial and Institutional Building Construction, which has a size standard of $45M in average annual receipts.The RFP is anticipated to be issued on or about 29 APRIL 2024. 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 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/.

Fort Johnson ,
 LA   USALocation

Place Of Performance : N/A

Country : United StatesState : LouisianaCity : Fort Johnson

Office Address : KO CONTRACTING DIVISION 819 TAYLOR ST BOX 17300 FORT WORTH , TX 76102-6124 USA

Country : United StatesState : TexasCity : Fort Worth

You may also like

Fort Johnson Vertical Construction MATOC Small Business Pool ($95M Capacity)

Due: 31 Dec, 2024 (in 8 months)Agency: DEPT OF DEFENSE

Fort Johnson Vertical 8a Pool Multiple Award Task Order Contract

Due: 31 May, 2024 (in 27 days)Agency: DEPT OF DEFENSE

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1JZCONSTRUCTION OF MISCELLANEOUS BUILDINGS