Design-Build/Design-Bid-Build MATOC
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: Solicitation (Original)
- Original Published Date: Aug 05, 2022 10:45 am CDT
- Original Date Offers Due: Sep 01, 2000 03:00 pm CDT
- Inactive Policy: Manual
- Original Inactive Date: Sep 30, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
- NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
- Place of Performance:
Description
This solicitation covers construction of and/or design and construction of civil works projects within the St. Paul and Rock Island District’s Area of Responsibility (AOR). The AOR of the two Districts includes portions of North Dakota, South Dakota, Minnesota, Wisconsin, Illinois, Iowa, and Missouri. The work shall be in accordance with RFP documents issued within this solicitation. The contract is 100% set-aside for small businesses. It is the Government’s intent to award multiple firm-fixed price, indefinite-delivery indefinite- quantity (IDIQ) task-order contracts.
The purpose of this Multiple Award Task Order Contract (MATOC) is to perform work for a broad range of civil works projects. Projects may include construction of a designed project or the design and construction (Design-Build) of a project. The MATOC will be awarded with a 5-year ordering period. The total value of all task orders awarded under this MATOC will not exceed $50,000,000. As requirements develop, RFPs for projects will be issued under individual Task Orders. Each individual IDIQ contract issued under the MATOC will have a guaranteed minimum of $2,000.00.
Task Orders will include work under a broad range of civil works and facility projects. Individual contract holders are encouraged but not required to submit offers on individual project. Task Orders will be negotiated to obtain a fair and reasonable price. Individual Task Orders contemplated under this solicitation may range from $50,000 to $5,000,000.
Work will consist of a wide range of civil works and facility Design-Build/Design-Bid-Build projects. The NAICS code for this procurement is 237990.
Types of projects that may be performed under this contract may include, but are not limited to, installation, upgrades, removal/replacements and/or repairs of:
- Roadways and parking lots
- Vertical and horizontal concrete
- Boat ramps and docks
- Embankment stabilization and/or rip rap placement
- Interior and exterior facility restoration
- Roofing systems
- Earth shaping, berms, earthwork, and levees
- Vault toilets, playground equipment, pavilions, and other small structures
- Sustainable construction facility upgrades
- Civil utility systems
- Facility utility systems
- Campground facilities
Individual projects will be awarded at the task order level. In order to compete for task orders, Offerors must first be awarded an Indefinite Quantity Indefinite Delivery (IDIQ) contract under this solicitation. To be awarded a contract, Offerors must submit qualification packages (proposal), demonstrating their construction and management capabilities in order to demonstrate they can successfully execute task orders (individual construction projects) issued against the IDIQ contracts. The Government will award contracts to all firms that meet the requirements laid out in this solicitation. After the IDIQ contracts have been awarded, individual projects will be competed among these contract holders. The issuance of orders will be done via detailed Request for Proposal (RFP) criteria being issued for individual projects to all IDIQ contract holders. Contractors, if so inclined, will submit their offers for a given project with the primary factor for award for the task orders.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
- SAINT PAUL , MN 55101-1323
- USA
Primary Point of Contact
- Terry Zenker
- terry.g.zenker@usace.army.mil
- Phone Number 6512905407
Secondary Point of Contact
- Jesse Onkka
- Jesse.l.onkka@usace.army.mil
- Phone Number 651-290-5444
History
- Sep 30, 2022 10:56 pm CDTSolicitation (Updated)
- Aug 05, 2022 10:45 am CDTSolicitation (Original)
- Jun 21, 2022 10:55 pm CDTPresolicitation (Updated)