Small Business Vertical Construction Multiple Award Task Order Contract (MATOC)

expired opportunity(Expired)
From: Federal Government(Federal)
W9126G21R0020

Basic Details

started - 08 Jun, 2023 (10 months ago)

Start Date

08 Jun, 2023 (10 months ago)
due - 08 Jun, 2023 (10 months ago)

Due Date

08 Jun, 2023 (10 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W9126G21R0020

Identifier

W9126G21R0020
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708180)DEPT OF THE ARMY (132982)USACE (38072)SWD (3864)W2SU ENDIST FORT WORTH (20)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

8 June 2023: The Phase I solicitation has been issued and closed. No responses are requested. Phase II announcments/RFPs are currently anticipated for late August 2023. 6 June 2023: Phase II announcments/RFPs are currently anticipated for late August 2023. I apologize for the inconvenience. No action is required at this time. Please also note the new USACE POC.The U.S. Army Corps of Engineers (USACE) Fort Worth District (SWF) is seeking contractors with the capability to provide vertical construction services primarily in support of the Department of Homeland Security (DHS) in Texas, New Mexico, Arizona, and California under the Small Business Vertical Construction Multiple Award Task Order Contract (MATOC). Although primarily intended to support DHS Border Patrol Sectors, this MATOC may also be used in support of other USACE programs. The total cumulative amount of the MATOC shall not exceed $300 Million in contract capacity and the Government intends to award a target of five (5)
Firm-Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contracts. Each contract will include a seven (7) year ordering period. Individual task orders shall be awarded on a Firm-Fixed Price basis with a minimum guarantee of $2,500 and maximum task order limitation of $35 Million. Task orders under this MATOC may include a wide variety of construction services to include Design-Build or Design-Bid-Build new vertical construction, repairs, and alterations. Requirements may include, but are not limited to, Border Patrol Stations, Sector Headquarters, Highway Checkpoints, Forward Operating Bases, K-9 Facilities, Detention Centers, Training Facilities, and Vehicle Maintenance Facilities to be indicated in each individual task order.The North American Industrial Classification System (NAICS) code for work performed under this contract is 236220 – Commercial and Institutional Building Construction, which has a small business size standard of $39.5 Million in average annual receipts. This solicitation is intended to be issued as a 100% set-aside for small businesses with government intent to award five (5) Firm-Fixed Price IDIQ contracts restricted to small businesses only.Please note: Government anticipates advertising for vertical construction MATOC pools for an 8(a) set-aside, HUBZone set-aside, and an Unrestricted pool in the future. Please monitor sam.gov for the upcoming notices.General Information:Solicitation is anticipated to be issued in AUG 2022.Preproposal Conference date: A virtual preproposal conference may be held within two (2) weeks of the Phase One solicitation posting date. Proposal due date: Anticipated thirty (30) days after solicitation posting date. The solicitation will follow the Two-Phase Design Build Selection Procedures using the Best Value Trade Off process. In Phase One, interested small business firms or joint venture entities (referred to as “Offerors”) shall submit specified performance capability proposals to demonstrate their capability to successfully execute vertical construction requirements including new construction, maintenance, repairs, and alterations utilizing Design-Build and Design-Bid-Build processes anticipated under this contract. The Government will evaluate proposals in accordance with the Phase One evaluation criteria to determine which offerors will submit proposals for Phase Two. The Government intends to select a maximum of ten (10) of the most highly qualified offerors to submit Phase Two proposals. In Phase Two, the Government will evaluate proposals in accordance with the Phase Two evaluation criteria with intent to award five (5) Firm-Fixed Price IDIQ contracts. The solicitation package, materials, documents, drawings, specifications, and attachments to the anticipated solicitation will be available electronically only via sam.gov and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module which is free of charge. Hard copy documents will NOT be supplied by the Government to any interested parties as a result of this presolicitation notice or the upcoming solicitation. Please note: the Government will not be maintaining a vendor list during the solicitation period. In order for interested contractors to conduct business with the Federal Government, contractors must be registered in the System for Award Management (SAM) prior to submission of an offer. Contractors can access SAM free of charge at www.sam.gov.

USALocation

Place Of Performance : USA

Country : United States

You may also like

LAKEWOOD MABO CONSTRUCTION MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) - E-CORP

Due: 17 Sep, 2028 (in about 4 years)Agency: NATIONAL PARK SERVICE

CLIN 00001 - ACPC FUNDS MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) MINIMUM GUARANTEE IDIQ

Due: 11 Dec, 2028 (in about 4 years)Agency: FEDERAL HIGHWAY ADMINISTRATION

LAKEWOOD MABO CONSTRUCTION MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) - RJS

Due: 17 Sep, 2028 (in about 4 years)Agency: NATIONAL PARK SERVICE

Please Sign In to see more like these.

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

Classification

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