SOLICITATION NOTICE
Y -- SATOC for Multi-Disciplinary Maintenance, Repair, Minor Construction, and Incidental Design Work in Support of JBLM Public Works and Other Customers Supported by the Seattle District US Army Corps of Engineers
- Notice Date
- 6/12/2020 11:18:23 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW20R0008
- Response Due
- 7/30/2020 2:00:00 PM
- Archive Date
- 08/15/2020
- Point of Contact
- Cathleen Moreno, Jeffrey Ross
- E-Mail Address
-
cathleen.r.moreno@usace.army.mil, jeffrey.a.ross@usace.army.mil
(cathleen.r.moreno@usace.army.mil, jeffrey.a.ross@usace.army.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- THIS IS A SYNOPSIS OF A PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT PROPOSALS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 DAYS PRIOR TO POSTING THE SOLICITATION. The Seattle District, U.S. Army Corps of Engineers, has a competitive total small business set-aside requirement for a $45,000,000.00 Single Award Task Order Contract (SATOC) for multi-disciplinary maintenance, repair and minor construction work, primarily in support of Joint Bae Lewis-McChord Public Works and other Customers supported by the Seattle District Corps of Engineers. This SATOC will be an Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract and will include a three-year base period of performance, for a total contract period not-to-exceed three years. The total capacity of the base period shall not exceed $45,000,000.00. The individual task orders to be negotiated and awarded under this expected construction IDIQ contract will be firm-fixed price with an anticipated range of $250,000 to $2,000,000. Task Orders will involve a broad range of multi-disciplinary maintenance and repair, and minor construction work and may include a variety of trades such as carpentry, road repair, roofing, excavation, interior/exterior elements, mechanical, electrical, steam welding, asbestos, and lead paint abatement incidental to construction. The Contract may also be used for task orders expected to require some incidental design effort by the Contractor. Examples of typical incidental designs include, but are not limited to, fire alarm systems, fire sprinkler systems, HVAC system installation and balancing, communications systems, structural design of minor facilities or components and licensed professional engineer certification of site adaptation of pre-engineered structures.�� Task Orders issued under this contract may also include the following types of work incidental to the project: environmental abatement, erosion control, earthwork, interior/exterior elements, steam welding, mechanical work, plumbing work, system testing, requirements for anti-terrorism and force protection (ATFP), LEED, LID, EISA, EPACT, historical building renovations, or incidental design. Projects may be located in Washington, Oregon, Idaho and Montana with the majority of projects located at Joint Base Lewis-McChord (JBLM), Washington and Yakima Training Center (YTC), Yakima, Washington. One (1) contractor will be selected for award under the solicitation for this requirement. The solicitation for this SATOC IDIQ requirement will be issued as a Request for Proposals (RFP) and offers received in response to the RFP will be evaluated using the tradeoff source selection process as outlined in the Federal Acquisition Regulation (FAR) Part 15. FAR 52.215-1, Instructions to Offerors - Competitive Acquisition, will also be incorporated into the solicitation. A SATOC IDIQ will be awarded as a result of this procurement and used for the issuance of firm-fixed-price task orders. The primary North American Industry Classification System (NAICS) Code for this acquisition is 236220, Commercial and Institutional Building Construction, with a small business size standard of $39.5 million. For the purposes of this procurement, a firm is considered a small business if its annual average gross revenue, taken for the last three (3) fiscal years, does not exceed $39.5 million. This acquisition is a Competitive Service Disabled Veteran-Owned Small Business (SDVOSB) SET-ASIDE and is therefore open to all qualified SDVOSB concerns under the NAICS code of 236220. IMPORTANT NOTICE: All offerors submitting a proposal in response to the solicitation must be registered in the System for Award Management (SAM) database prior to award of the contract. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award. FAR 52.204-7, System for Award Management, will be incorporated into the solicitation. For information or assistance with registering in the SAM database, log on the Internet website at https://beta.sam.gov/. The solicitation documentation for this SATOC IDIQ requirement will be issued in electronic format only and will be made available online on or about 1 July 2020 through the Contract Opportunities (formerly known as FBO) website at https://beta.sam.gov/ under Solicitation W912DW20R0008. You must be registered with the website to download the solicitation documents. No CD(s) or hard copies will be made available. Offerors are responsible for checking for any updates or amendments to this notice. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c28adf093f964e60a7f8086241a20636/view)
- Place of Performance
- Address: Joint Base Lewis McChord, WA 98433, USA
- Zip Code: 98433
- Country: USA
- Zip Code: 98433
- Record
- SN05688755-F 20200614/200612230150 (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 |