Skip to main content

An official website of the United States government

You have 2 new alerts

AE Construction MATOC

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 (Original)
  • Original Published Date: May 04, 2022 10:25 am CDT
  • Original Response Date: Jun 06, 2022 10:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
  • Place of Performance:

Description

The following is a pre-solicitation announcement.  It is not a request for quotes, proposals, or bids.   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. The Government will issue at least $500,000 worth of orders against the IDIQ contracts in aggregate. There is no guarantee that the Government will issue an order against any individual IDIQ contract.  Task Orders will include work under a broad range of civil works and facility projects; some examples are included under Paragraph 1.2 below. 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.  

It is estimated that this project will be solicited in mid-June 2022.  The solicitation shall be a Total Small Business set-aside.  This synopsis is not a request for quotes, proposals, or bids. This is a notice that a solicitation for a competitive acquisition for the award of one firm-fixed price contract is intended to be issued via Contract Opportunities (https://sam.gov/content/opportunities) in the near future. The specifications will be detailed in the solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. This is a pre-solicitation notice.  No CD's or hard copies of this notice or the solicitation will be available. Offerors are responsible for checking the above listed Contract Opportunities website for any update(s) to the Notice.  The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
  • SAINT PAUL , MN 55101-1323
  • USA

Primary Point of Contact

Secondary Point of Contact





History