Vicenza Military Community Construction MATOC Recompete
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: Feb 08, 2023 09:18 am CET
- Original Response Date: Apr 01, 2023 04:00 pm CEST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: ITA
Description
This announcement constitutes a Pre-Solicitation Notice (synopsis) in accordance with FAR Subpart 5.2. The 414th Contracting Support Brigade (CSB), Regional Contracting Office-Italy (RCO-I), hereby announces it intent to issue a solicitation for an Unrestricted, Firm Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build (DB) and Design-Bid-Build (DBB) construction services supporting the United States Army Garrison Italy (USAG-I) Vicenza Military Community (VMC) within the country of Italy. This is a recompete of an existing RCO-I Construction MATOC, expiring in July 2023.
THIS IS NOT A FORMAL SOLICITATION. The Government intends to issue a formal solicitation via a Highest Technically Rated Offeror (HTRO) source selection in accordance with FAR Part 15 and DoD Source Selection Procedures, on/about fifteen (15) days from the publication/posting date of this Notice.
The North American Industry Classification Code (NAICS) for this requirement is 236220 (Commercial and Institutional Building Construction). The small business size standard for this NAICS code is $39,500,000 average annual revenue. It is noted, however, the proposed USAG-Italy Construction MATOC Recompete project is for construction work scope completed outside the United States, within the country of Italy, and thus construction firms that operate or fall under the NAICS 236220 may not be able to support these construction requirements, based on additional certifications and licenses required to conduct, operate and construct within Italy.
The Government intends to award up to eight (8) Indefinite Delivery Contracts (IDC) as a result of this solicitation. The duration of the resulting contracts will include a five-year base period or until the contract limit is reached, whichever comes first. The maximum capacity of the Indefinite Delivery Indefinite Quality (IDIQ) MATOC is Not-to-Exceed $20,000,000.00. A $500 minimum guarantee will be obligated when each IDC is awarded, requiring attendance at a Post Award Conference and a program implementation schedule.
Project Scope: Projects will be both DB and DBB requirements, primarily associated with the sustainment of USAG Italy real property inventory through repair and maintenance, new construction. This may include but not limited to design development as part of the DB, major repair, and renovation/alteration of existing, active facilities, and the associated construction work. Work may include, but is not limited to: grading, water lines, sewer lines, painting, roofing, renovation of interiors of existing buildings, new building construction, electrical substation construction, structural construction, Heating, Ventilating and Air Conditioning (HVAC) systems and components, refrigeration systems, fire suppression systems, fuel pipeline and storage systems, power and services supplies, distribution and utilization systems (including lighting), power generators, public address systems, fire alarm systems, telephone systems, environmental remediation, asbestos, lead-based paint, and petroleum-contaminated material abatement and disposal, and exterior site and systems work such as utilities infrastructure, roadways, sidewalks, parking lots, landscaping, and irrigation.
RCO-I estimates the average Task Order magnitude of construction to be between $250,000 and $500,000.
MATOC contractors, awardees of the requirement referenced herein, shall have a fair opportunity to compete for individual construction requirements/TOs in accordance with FAR 16.505(b) and Order Placement Procedures, as specified in the pending solicitation.
The solicitation will be posted at https://sam.gov/content/opportunities.
It is the Offerors responsibility to check for any posted changes to the solicitation, including any subsequent solicitation amendments or responses to Requests for Information (RFIs) during the solicitation open period.
Offerors must have and/or maintain an active registration with the System Award Management (SAM) website. To register in SAM, go to https://sam.gov. All Offerors are encouraged to visit https://SAM.gov website to view other business opportunities.
Attachments/Links
Contact Information
Contracting Office Address
- KO DIRECTORATE OF CONTRACTING UNIT 31423 BOX 77
- APO , AE 09630
- USA
Primary Point of Contact
- Ingrid Smith
- ingrid.v.smith.civ@army.mil
- Phone Number 390444716874
Secondary Point of Contact
- Jeffrey S. Morris
- Jeffrey.S.Morris16.civ@army.mil
History
- Nov 15, 2023 05:55 am CETPresolicitation (Updated)
- Apr 17, 2023 05:58 am CESTPresolicitation (Original)
- Mar 01, 2023 01:55 pm CETSolicitation (Original)