Skip to main content

An official website of the United States government

You have 2 new alerts

$98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: May 30, 2023 09:43 am EDT
  • Original Published Date: May 26, 2023 06:04 pm EDT
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: May 26, 2025
  • Original Inactive Date: May 26, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    USA

Description

$98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division  – USACE

This acquisition is being offered as a 100% Small Business Set-Aside under the North American Industry Classification System (NAICS) code 237990, with a size standard of $45M.

The U.S. Army Corps of Engineers (USACE) New Orleans District is issuing a Two-Phase Design-Build Solicitation for a Multiple Award Task Order Contract under which task are expected to be issued for projects within the Mississippi Valley Division area of responsibility (AOR). Task Orders issued under any resultant contract(s) will be Firm-Fixed Price and may be either for Design-Build or Design-Bid-Build General Construction.  The subsequent solicitation will result in a D-Type Indefinite Delivery Contract (IDC).  The awarded MATOC Contracts will have an ordering period of five (5) years. The Government will perform a Best Value Decision using Two-Phase Design-Build selection procedure in accordance with Federal Acquisition Regulation (FAR) Part 36.301. The order limitation of task orders shall range between $2.5K and $25M.

MVN and MVD have a requirement for various types of repair and maintenance of real property and construction services to include new construction and renovation to large civil works projects including flood control, river navigation facilities, maintenance and office facilities, roadways and recreational facilities, and river levees. Specific work may include a combination of design, construction and/or repair primarily within the New Orleans District (MVN) and Mississippi Valley Division (MVD) to include Vicksburg District (MVK) and Memphis District (MVM).  Examples of work by discipline are as follows:

a.) Work on civil systems may include: waterstop installation, potable & wastewater systems, underground utilities, drainage culverts, geotechnical exploration and testing, riverbank stabilization, irrigation systems, paving, striping, site fencing, site grading, stormwater pollution prevention, and river levee rehabilitation.

b.) Work on structural/architectural systems may include: structural concrete, mass concrete, structural frames (including steel, aluminum, FRP), machinery supports and seismic bracing, hydraulic steel structures (primarily metal fabrication and machining), Corps of Engineers paint systems (including vinyl), fall protection systems, pre-engineered buildings, manufactured buildings, building interior renovation, elevators, roofing, waterproofing, firestop systems, and building exterior envelope renovation, and installation or removal of piles (concrete, steel, or timber) or sheet piles accessed from land or using a work barge; installation, repair, retrofit or removal of existing buildings, bulkheads, docks, dolphins, guidewalls (pile founded and floating), gates, and gate anchorages; buildings may be either at grade or elevated; gates may be barge, miter, sector, sluice, tainter, or other types.

c.)  Work on electrical systems may include: Information & Communication Technology (ICT), fiber optic, motor control, instrumentation & controls (e.g. PLC, SCADA), commercial/industrial lighting, fire & security systems, low and medium voltage distribution (at most 15KV), lightning protection, and diesel generators.

d.)  Work on mechanical systems may include: construction or repair of the following systems: fire protection, HVAC, pumping (less than 600 HP), compressed air, hydraulic power systems (less than 50 HP), cranes and hoists (less than 10 tons), general/industrial plumbing, shore power (dockside) systems, cathodic protection systems, and solar photovoltaic systems.

The official solicitation is expected to be posted on or about 11 June 2023

When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation.

Offerors shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. If an Offeror is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective Offeror.

Questions for this notice can be sent to the Contract Specialist for this solicitation Ms. Nakiea B. Butler via email at  Nakiea.B.Butler@usace.army.mil.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 7400 LEAKE AVE
  • NEW ORLEANS , LA 70118-3651
  • USA

Primary Point of Contact

Secondary Point of Contact

History