SOLICITATION NOTICE
Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) SINGLE AWARD TASK ORDER CONTRACT (SATOC) FOR DESIGN-BUILD PROJECTS RELATED TO GENERAL CONSTRUCTION WITHIN THE BOUNDARIES OF U.S. ARMY CORPS OF ENGINEERS (USACE), SOUTH ATLANTIC DIVISION
- Notice Date
- 3/9/2020 1:39:16 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
- ZIP Code
- 32207-8175
- Solicitation Number
- W912EP-20-R-0001
- Response Due
- 3/12/2020 12:00:00 PM
- Archive Date
- 03/27/2020
- Point of Contact
- Brittany J. Benner, Phone: 9042323135, Remi J. Eggers, Phone: 9042321003
- E-Mail Address
-
brittany.s.benner@usace.army.mil, Remi.J.Eggers@usace.army.mil
(brittany.s.benner@usace.army.mil, Remi.J.Eggers@usace.army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- This requirement is for Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) For Design-Build projects related to General Construction within the Boundaries of the�South Atlantic Division USACE. The Jacksonville District Contracting Division has a requirement from the Military and Interagency and International Services (IIS) Branch to provide a request for proposal for a Firm Fixed Priced (FFP) Single Award Task Order Contract (SATOC) using competitive procedures. Task Orders placed under this Single-Award Task Order Contract (SATOC) include, but are not limited to design and construction related to demolition, renovation, and repairs related to multiple facility types within the U.S. Army Corps of Engineers Jacksonville District. Facilities may be commercial, industrial, military, logistical, or any other types where general construction trades and practices are typically used in the construction, renovation, expansion and repairs. Facilities may be located within private lands, within federal, state, municipal, territorial or Indian Lands, or within the contiguous coastal zones to a depth of 12 feet. Project sponsors may be military or other government agencies, organizations, or entities for whom the U.S. Army Corps of Engineers is assigned as the Construction Agent. The contract is not only intended to execute new construction and design-build, but to provide timely response to remediation of real and personal property facilities, e.g. maintenance, repair and construction related to architectural, structural, roofing, carpentry, masonry, mechanical, heating ventilation and air conditioning (HVAC), plumbing, electrical and electronic, fire protection or life safety systems, typical and atypical interior and exterior finishes, as well as associated site work, utilities, landscaping, security, force protection, petroleum oil and lubricant (POL) systems, instrumentation, or interior design. Tasks may involve industrial process equipment, industrial ventilation systems, building controls and energy management systems. Incidental tasks to construction only or design build task orders may include non- professional services, preliminary assessments or inspections to identify or quantify specific facility concerns such as lead based paint, asbestos containing materials, equipment repair or maintenance deficiencies including systems test and balancing and commissioning (system-specific, or whole building), building systems deficiencies, etc. Orders may be issued solely for construction services or solely for design-build services. No task orders will be issued for design services only. Primarily�work�will be�located within the boundaries of the USACE, Jacksonville District. The anticipated period of performance of the IDIQ contract is a base ordering period of one year and four optional ordering periods of one year each. The estimated value of this acquisition is a total contract capacity of $45,000,000.00. Individual task orders will not exceed $5,000,000.00. NAICS Code is 236220 and the size standard $39.5 million. This acquisition will use the Two Phase Design Build procedures identified in the FAR 36.303. THIS RFP IS FOR�PHASE 1. OFFERORS�SHOULD SUBMIT PROPOSAL REQUIREMENTS�LISTED IN�SECTION 00100A PHASE 1. OFFERORS WILL BE EVALUATED IN ACCORDANCE WITH THE PHASE 1 EVALUATION CRITERIA.�THE SEED TASK ORDER, PRICE SCHEDULE AND PHASE 2 SELECTION CRITERIA ARE PROVIDED FOR�INFORMATIONAL PURPOSES ONLY.� SUBMISSION OF REQUIRMENTS LISTED IN� SECTION 00100B PHASE 2 IS ONLY FOR THE OFFERORS SHORT LISTED ON PHASE 1. THE OFFERORS WHO ARE SHORT LISTED WILL BE NOTIFIED BY THE CONTRACTING OFFICER TO SUBMIT PROPOSALS FOR PHASE 2. The magnitude of the seed task order DLA_DDJF_B163_164_175_Dock Levers is estimated from $500,000 and $1,000,000.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/120db8dfa8a14228aa7d642f39fc2bc6/view)
- Place of Performance
- Address: FL, USA
- Country: USA
- Country: USA
- Record
- SN05583258-F 20200311/200309230155 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |