AWARD
Y -- Rapid Disaster Infractruture (RDI) MATOC-Construction
- Notice Date
- 10/12/2017
- Notice Type
- Award Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-16-R-0084
- Response Due
- 5/22/2017 2:00:00 PM
- Archive Date
- 10/27/2017
- Point of Contact
- Jessica R. Jackson, , Douglas E. Hadley,
- E-Mail Address
-
jessica.r.jackson@usace.army.mil, doug.e.hadley@usace.army.mil
(jessica.r.jackson@usace.army.mil, doug.e.hadley@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Award Number
- W9128F18D0011-0012-0013-0014
- Award Date
- 10/12/2017
- Awardee
- IOEI-EQM JV, 2840 Adams Avenue, Suite 301<br />, San Diego, California 92116-1405, United States
- Award Amount
- Not to Exceed $95,000,000
- Line Number
- 0001
- Description
- The Government hereby awards four (4) Service Disabled Veteran Owned Small Business (SDVOSB) IDIQ contracts for a shared capacity not to exceed $95M for Rapid Disaster Infrastructure (RDI) Response. Task Orders issued under the MATOC may be Cost Reimbursable, Cost-Plus-Fixed-Fee (CPFF), or Firm Fixed Price (FFP) contingent upon the Government's assessment of project risk. The Primary North American Industry Classification System (NAICS) code for this solicitation is 236220, Commercial and Institutional Building Construction, with a size standard for Small Business of $36.5 million dollars. This RDI MATOC allows for a full range of time-sensitive disaster, infrastructure, and construction related scopes of work to support federally funded customers. Examples of work to be performed under this MATOC include but are not limited to: • Flood Recovery: Flood control and water diversion projects, embankments, channel alignments and flood control structures in support of civil works missions. • Infrastructure Recovery: Restoration, repair, and demolition of facilities, utilities, real property systems, and other infrastructure requirement that cannot be performed in required timeframes with normal contract mechanisms to meet vital mission requirements. • Emergency Management: Response actions such as unwatering missions, debris recovery, temporary housing, and other actions to meet vital mission requirements. • Military: Construction of facilities, infrastructure, water and sanitation systems, electrical systems, natural gas and other energy systems, fences, lighting, and roads to support troop movements and other crucial military missions. Contractors awarded contracts under the shared $95M capacity MATOC: W9128F18D0011 IOEI - EQM JV (080672730) 2840 Adams Avenue, Suite 301 San Diego, CA 92116-1405 W9128F18D0012 Relyant Global, LLC (065589805) 1009 Hampshire Drive Maryville, TN 37801-3525 W9128F18D0013 LRS EMR JV LLC (080604667) 8221 Ritchie Hwy, Suite 300 Pasadena, MD 21122-3941 W9128F18D0014 Iron Mike - Bristol JVB, LLC (080527101) 6950 S. Tucson Way, Suite A Centennial, CO 80112-3922
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-16-R-0084/listing.html)
- Place of Performance
- Address: USACE Omaha District, 1616 Capital Ave, Omaha, Nebraska, 68102, United States
- Zip Code: 68102
- Zip Code: 68102
- Record
- SN04711702-W 20171014/171012230816-76c8bd3772fb0aee840fc5bee3d5e40b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |