IDC Design Bid Build Marine-Based LRD River Districts
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: Mar 09, 2022 01:25 pm EST
- Original Published Date: Feb 17, 2022 12:14 pm EST
- Updated Response Date: May 15, 2022 02:00 pm EDT
- Original Response Date: Apr 04, 2022 02:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- 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: Huntington , WV 25701USA
Description
The Huntington District, US Army Corps of Engineers intends to award Indefinite Delivery Indefinite Quantity Contracts for Design Bid Build Marine-Based Construction Projects assigned to the Rivers Districts of the Great Lakes and Ohio River Division. The geographic boundaries for the River Districts encompass Huntington, Louisville, Nashville, and Pittsburgh Districts. The contract will be unrestricted with a target of five (5) awards. Contract period will be a base period of one (1) year and four (4) one-year option periods. The total contract amount will be a shared capacity not to exceed $75,000,000.00. The contract(s) will 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. The Contractor shall be required to perform/manage (capable of running a minimum of three (3) job sites 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 are not limited to: Working on/around Locks and Dams, marine 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 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. The North American Industrial Classification System (NAICS) code for this procurement is 237990, which has a size standard of $39.5 million in average annual receipts.
Solicitation documents will be available on or about April 15, 2022 and may be downloaded at https://www.sam.gov. Offerors shall submit all documents electronically through the DOD SAFE site provided in the solicitation. No paper copies, CD, DVD, thumb drives, email, or facsimile will be accepted. To be eligible for award, a firm must be registered in the System for Award Management (SAM). Register via the SAM internet site at https://www.sam.gov. Questions may be submitted to Joshua A. Gitchel, joshua.a.gitchel@usace.army.mil.
Please note, as of April 2018, GSA’s System for Award Management (SAM) system is requiring new registrations and renewals of existing registrations to submit an original signed notarized letter identifying the authorized Entity Administrator. The notarized letter is not to be submitted to the Huntington Contracting Office as it is not our requirement. Vendors are encouraged to check their entity’s status in www.SAM.gov and plan accordingly. If the prospective contractor is not registered in the SAM database, the Contracting Officer will follow the procedures in FAR 4.1103. Contact the supporting Federal Service Desk at www.fsd.gov, or by telephone at 866-606-8220 (toll free) or 334-206-7828 (internationally) Monday through Friday from 8am to 8pm Eastern Time, for free assistance. The SAM registration process may take several weeks to process once submitted. Please carefully consider this information when deciding to submit your proposal.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING OFFICE 502 EIGHTH STREET
- HUNTINGTON , WV 25701-5000
- USA
Primary Point of Contact
- Karen L. Simmons
- karen.l.simmons@usace.army.mil
- Phone Number 3043995182
Secondary Point of Contact
- Kristin D. Blake
- kristin.d.blake@usace.army.mil
- Phone Number 3043995693
History
- Jun 11, 2022 11:55 pm EDTPresolicitation (Updated)
- Mar 09, 2022 01:25 pm ESTPresolicitation (Updated)
- Feb 17, 2022 12:14 pm ESTPresolicitation (Original)