Skip to main content

An official website of the United States government

You have 2 new alerts

National Roofing Program (NRP) Design/Build Construction Services 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 (Updated)
  • Updated Published Date: Feb 07, 2024 08:08 am EST
  • Original Published Date: Dec 06, 2023 07:14 pm EST
  • Updated Response Date: Feb 22, 2024 04:00 pm EST
  • Original Response Date: Dec 21, 2023 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 08, 2024
  • Original Inactive Date: Jan 05, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 238160 - Roofing Contractors
  • Place of Performance:
    USA

Description

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR23R0024 for the Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order (MATOC) for Building Envelope, Roof Repair and Replacement D/B Construction in Support of the U.S. Army Reserves National Roofing Program (NRP).


TYPE OF CONTRACT AND NAICS: This RFP will be for a target of seven (7) Firm-Fixed-Price (FFP) IDIQ MATOC contract. The North American Industrial Classification System Code (NAICS) for this effort is 238160.

TYPE OF SET-ASIDE: This acquisition will be a 100% set-aside for Small Business


SELECTION PROCESS: This is a two-phase procurement.  The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government.  The Phase I proposal for this procurement, at a minimum, will consist of the following: Contractor Past Performance and Technical Approach.  Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.  Phase II proposal of this procurement, at minimum, will consist of the following: Design/Technical and Price.

DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest.

MAGNITUDE: The total capacity of the umbrella MATOC will be $250M. The MATOC will consist of a four-year base period and two three-year option periods for a total of ten years.

ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about January 22nd, 2024.  Details regarding the Optional Site Visit will be included in the solicitation.  Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.sam.gov.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the System for Award Management website, http://www.sam.gov.  Paper copies of the solicitation will not be issued.  Telephone and Fax requests for this solicitation will not be honored.  Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader.  To download the solicitation for this project, contractors are required to register at the System for Award Management website at http://www.sam.gov.  Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror’s responsibility to check the website periodically for any amendments to the solicitation.

REGISTRATIONS:

Offerors shall have and shall maintain an active registration in the following database:

System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.

POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Jesse Scharlow, at jesse.e.scharlow@usace.army.mil or Alex Hamilton at alex.j.hamilton@usace.army.mil

This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required. 

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