The Huntington District, US Army Corps of Engineers intends to procure a target of two Indefinite Delivery Indefinite Quantity Contracts for Various Small Construction Projects within the Boundaries of the Great Lakes and Ohio River Division. Geographical boundaries for the Great Lakes and Ohio River Division include Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts. Contract period will be for a base period of (1) one year and (4) four option periods, not to exceed one (1) year each. The total contract amount will be a shared capacity not exceed $49 million.The contract(s) would require the contractor to be capable of mobilizing sizeable crews to multiple work sites and the ability to provide multimillion-dollar bonding capability. Work will be issued by negotiated firm-fixed price task orders. The contractor shall furnish all supervision, labor, supplies, and materials necessary to perform work associated with task orders. Construction services
under this contract may include site survey, work plan(s) and/or specifications, construction, maintenance, repair, and/or rehabilitation (MRR) services to Government installations and facilities located anywhere within the geographical boundaries of the Great Lakes and Ohio River Division, U.S. Army Corps of Engineers. The Contractor shall be required to perform/manage (capable of running a minimum of three (3) jobsites concurrently) all facets of the work such as surveying the problem, recommending a solution and correction of the problem in a timely manner. The Contractor shall maintain the capability to provide quick, or emergency (within 24 hours) mobilization response with required equipment and crews for this work. Work requirements shall vary from site to site. Examples include but not limited to: Working on/around Locks and Dams, river and land based stream bank protection, handling and placement of large derrick stone, excavation, bridge construction/ repair, demolition of small and large structures, construct/remodel buildings, etc. The Contractor shall be required to perform/manage all facets of the work such as surveying the problem, recommending a solution and correction of the problem in a timely manner. The Contractor shall maintain the capability to provide quick response for this work. Work requirements shall vary from site to site.The contract(s) will be awarded to the offeror(s) whose proposal conforms to the solicitation and is within a technical/price competitive range as determined by the Contracting Officer and has been evaluated as most advantageous to the Government, all factors considered. All responsive proposals will be evaluated utilizing the following factors (in descending order of importance): (1) Technical Capability and Specialized Experience, (2) Past Performance, (3) Equipment, (4) Management and Administration, (5) Small Business Participation Plan, and (6) Cost/Price. This procurement is for Full and Open Competition. NAICS code for this procurement is 237990, which has a size standard of $36.5 million in average annual receipts.Solicitation documents will be available on or about 18 March 2019. Solicitation packages will be available for download at
https://www.fbo.gov/. To be eligible for award, a firm must be registered in System for Award Management (SAM). Register via the SAM internet site at
www.sam.gov. Questions may be submitted to Karen L. Simmons at
Karen.L.Simmons@usace.army.mil.