Skip to main content

An official website of the United States government

You have 2 new alerts

Expeditionary Development Test Range, NSWC, Crane, IN

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: Solicitation (Updated)
  • Updated Published Date: Mar 12, 2024 01:59 pm EDT
  • Original Published Date: Mar 12, 2024 01:34 pm EDT
  • Updated Date Offers Due: Apr 11, 2024 02:00 pm EDT
  • Original Date Offers Due: Apr 09, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 26, 2024
  • Original Inactive Date: Apr 24, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Crane , IN 47522
    USA

Description

This RFP is for the Northeast Small Business MATOC Contractors identified only.

A&H Ambica JV, LLC

Butt Construction Company, Inc.

Howard W. Pence, Inc.

KUNJ Construction Corp.

SES Construction and Fuel Services, LLC

FUTRON, INC

HDD JV

Dear MATOC Contractors, 

Reference is made to the Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contracts, Numbers W912QR21D0056 through W912QR20D0060, W912QR21D0085, and W912QR21D0086 to provide Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support the military construction (MILCON) and operations and maintenance (O&M) funded construction requirements for U.S. Army, U.S. Air Force, Army Reserve and Air Force Reserve nationwide programs in the Northeast Region.

We request you submit a price proposal for the Design-Build project of Expeditionary Development Test Range (EDTR) located at Naval Surface Warfare Center (NSWC) Crane, Indiana, as detailed in the scope of work, drawings, and specifications posted on the System for Award Management website at SAM.gov. The documents are available for download on the SAM website only. All vendors must be registered in the SAM database. The RFP can be found by logging into the website as a vendor and searching on the solicitation number (W912QR-40197490). The estimated cost range is between $1,000,000.00 to $5,000,000.00.

The basis for award of this task order is lowest evaluated price (base plus options). Please complete the price breakout schedule and include a labor category table demonstrating the use of the binding rates included in your MATOC contract. The submitted price breakdown should include sufficient detail to allow the Government to verify that your proposed price incorporates the binding rates from your base contract. Any level of effort shown in the submitted information will not be used for evaluation purposes and will be used only to ensure that the proposal is in compliance with the binding rates from the base contract.

Offerors shall allow for Government acceptance of proposals for 60 calendar days from the date proposals are due. Any proposal that does not allow acceptance for 60 days will not be considered and will be rejected.

Proposals are due no later than 2:00 PM Eastern Time on 09 April 2024. Submit your proposal by email to Jacob Pridemore at jacob.s.pridemore@usace.army.mil. Proposals not received by the stated date/time will not be considered. Please acknowledge receipt of this RFP by signing below in the space provided and returning to Jacob S. Pridemore via email.

Note: Bonding and Insurance is required for this Task Order. See FAR 52.228-2, FAR 52.228-5, FAR 52.228-14, and FAR 52.228-15 located within section 00700 of your Base IDIQ Contract (W912QR21D0056 through W912QR20D0060, W912QR21D0085, and W912QR21D0086).

A tentative site visit is scheduled for 3 April 2024 at 10:00AM Eastern Time. For more information, please refer to FAR Clause 52.236-27, SITE VISIT (CONSTRUCTION).

All questions regarding this Request for Proposal (RFP) must be submitted via ProjNet. The website to access this system is www.projnet.org and the bidder inquiry key for this specific project is PK5V42-IZI49Z. Government responses will be limited to: (a) Notice that an amendment will be issued; (b) Reference to an existing requirement contained in the solicitation; or (c) Notice that a response is not necessary. The ability to enter technical inquiries and questions relating to proposal procedures will be disabled five (5) days prior to the proposal due date. No Government responses will be entered into the ProjNet system within two (2) days prior to the proposal due date stated in this letter.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA

Primary Point of Contact

Secondary Point of Contact





History