Skip to main content

An official website of the United States government

You have 2 new alerts

Solicitation for Wappapello Lake Facility Infrastructure Construction & Maintenance IDIQ

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 (Original)
  • Original Published Date: Jan 04, 2024 03:30 pm CST
  • Original Date Offers Due: Feb 05, 2024 09:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 20, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2QA - REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Wappapello , MO 63966
    USA

Description

This Invitation for Bid (IFB) is for a Single Award Firm Fixed Priced, Indefinite Delivery/Indefinite Quantity (IDIQ) construction contract to consist of furnishing all plant, labor, operators, supervision, equipment, transportation, supplies and material, and incidentals to satisfactorily perform and provide rehabilitation, repair, construction, and maintenance functions at the Wappapello Lake Project.  Required work includes but is not limited to earthwork operations, borrow operations, care of water, turfing, various stone surfacing/placement, concrete work, waste disposal, boring operations, procurement and installation of structures, and rehabilitation, repair, and maintenance of roads, parking lots, trails, campgrounds, flood risk components, drainage structures, water/sewer/electrical utilities, grounds, facilities, assets, and shorelines as specified in task orders issued against this contract.  This contract will have five annual ordering periods.  Delivery schedules will be outlined in each individual task order.  This construction contract will be awarded using FAR Part 14, Sealed Bidding. Estimated quantities are for bidding purposes only.  Estimated quantities will be used to evaluate overall price. No seed Task Order or Example Task Order will be used to evaluate prices, this contract will be priced in whole. 

Delivery schedules will be outlined in each individual task order.  Pre-priced line item estimated quantities will be used to evaluate overall price.

Ordering Period Duration: 5 Year IDIQ with Ordering Periods from Time of Award and Optional 6 Month Ordering Period Extension.
Note: Actual Period of Performance will be reflected at the Time of Award.

SITE VISIT HIGHLY RECOMMENDED
A site visit will be held for interested vendors to come out and view the site on:
Due to limited space, only 2 people per prospective bidder should attend.
18, January, 2024 at 10:00AM CST 
Wappapello Lake Project Office
10992 Missouri T
Wappapello, MO 63966
Project Office:  573-222-8562, On-Site POC:  Tyler Stahl

All questions will be documented and answered with a Solicitation Amendment posted on www.sam.gov.  Please submit all questions in writing to Contract Specialist Mary Ann Coventry, mary.a.coventr@usace.army.mil. Questions will not be answered at the Site Visit.  

Questions should be emailed to above points of contact, no later than 10:00AM CST on 25 Jan 2024.  The questions/answers will be available within 24-48 hours in an amended solicitation posted to  www.sam.gov .

One award will be made from this Invitation For Bid (IFB) FAR Subpart 14.1. 

This procurement is Unrestricted, NAICS 237990, PSC Z2QA

Method of Payment under this contract will be Electronic Funds Transfer (EFT) to a commercial bank account specified by the Contractor.  The Bidders should include in the bid the address to which payment should be mailed, if that address is different from that of the bidder.

Note: In accordance with FAR 14.101(d).  Evaluation of bids.  Bids shall be evaluated without discussion.  FAR 14.101(e)  Contract award. After bids are publicly opened, an award will be made with reasonable promptness to that responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price-related factors included in the invitation. 

In accordance with FAR 9.104-1. General Standards.  The Contracting Officer will also examine responsibility criteria to determine if the low bidder is responsible.  See Determination of Responsibility Requirements for more information. 

Bids are due 5 Feb 2024 at 9:00AM CST. Fax and mail submittals will not be accepted. Electronic submittals will be accepted and may be emailed to mary.a.coventry@usace.army.mil.
 

See attached Solicitation, Statement of Work, and Appendices for full description and requirements.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 1222 SPRUCE STREET
  • SAINT LOUIS , MO 63103-2833
  • USA

Primary Point of Contact

Secondary Point of Contact





History