SOLICITATION NOTICE
Y -- REGIONAL INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) SINGLE AWARD TASK ORDER CONTRACT (SATOC) FOR DESIGN-BUILD AND CONSTRUCTION, CONTINENTAL UNITED STATES (CONUS) PROJECTS RELATED TO GENERAL CONSTRUCTION WITHIN THE BOUNDARIES OF THE U.S. ARMY CORPS OF E
- Notice Date
- 6/12/2020 2:33:00 PM
- Notice Type
- Presolicitation
- 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
- W912EP20R0028
- Response Due
- 8/18/2020 12:00:00 PM
- Archive Date
- 10/10/2020
- Point of Contact
- Timothy G. Humphrey, Phone: 9042321072, William Wallace, Phone: 9042322180
- E-Mail Address
-
Timothy.G.Humphrey@usace.army.mil, William.J.Wallace@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, William.J.Wallace@usace.army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- A Pre-Proposal Conference will be held on Wednesday, 29July 2020 from 10:00am � 11:00am, Local Time via teleconference. �The call-in number is: 877-402-9753, the ACCESS CODE is: 6546236, and the SECURITY CODE is: 5520. �It is requested that an email be sent to Timothy.G.Humphrey@usace.army.mil to confirm attendance by your organization.� DESCRIPTION OF WORK: NOTE: �THIS ACQUISITION WILL USE THE TWO PHASE DESIGN BUILD PROCEDURES IDENTIFIED IN FAR 36.303. The Government intends to issue a requirement for a Regional Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) For Design-Build and Construction, Continental United States (CONUS) Projects Related to General Construction within the Boundaries of the U.S. Army Corps of ENGINEERS (USACE) South Atlantic Division (SAD) Task Orders placed under this SATOC will include various types of construction, but not limited to new builds, demolition, renovation, and repairs related to predominantly civil works projects with limited support for military projects within USACE SAD. �The support for civil works projects will encompass all types of facilities such as 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 /Indian Lands, within waterways and bodies of water, within the contiguous coastal zones to a depth of 12 feet, or on and around levees and water control features. �The support for civil works projects will include environmental restoration, flood control, erosion control, bridges, paving and drainage, culvert work, grading, canals, levees and dams, industrial controls, waterway lock and spillway controls, geotechnical work to include piling and foundations, utility systems, and monitoring stations. �Project sponsors may be military, other government agencies, organizations, or entities for whom USACE is assigned as the Construction Agent. �The contract is not only intended to execute new construction and design-build project delivery, 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 interior and exterior finishes, as well as, associated site work, utilities, landscaping, security, force protection, petroleum oil and lubricant (POL) systems, instrumentation, industrial controls, or interior design. �Tasks may involve industrial process equipment, industrial ventilation systems, building and industrial controls, water control structures, and energy management systems. �Incidental tasks 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. �Task Orders may be issued solely for construction services or solely for design-build services. �No Task Orders will be issued for design services only. CAPACITY: �The SATOC will be awarded for a period of five years to include a base period of one (1) year, with four (4) one-year options. �The total of all task orders issued under the contract will not be more than $25,000,000.00. �The magnitude of task order awards is expected to vary greatly but not be less than $25,000.00. � INITIAL 'SEED' TASK ORDER PROJECT, Design and Construction of three (3) separate lock and spillway control houses: one (1) at Port Mayaca Lock in Port Mayaca, Florida, Martin County; one (1) at Moore Haven Lock in Moore Haven, Florida, Glades County; and one (1) at W.P. Franklin Lock near Olga, Florida, Lee County. SCOPE OF WORK: �The project is located at three (3) different sites, located in Florida, in or near the cities of Port Mayaca, Moore Haven, and Olga. The work entails design-build services for the construction of new lock and spillway control houses at three (3) USACE locks along the Okeechobee Waterway. These control houses shall be approximately 1500 SF and include new furniture and controls for operation of the lock and spillway gates. Work to be completed will include site surveys, geotechnical analysis, design of buildings based on provided design, design and construction of lock and gate control panels to interface with existing operating equipment such as dam spillway gates and lock sector gates. The Estimated Magnitude of construction for the Seed Task Order is between $1,000,000 and $3,000,000. The estimated period of performance is 540 Calendar days from the date of Notice to Proceed. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 236220 -- Commercial & Industrial Building Construction. The Small Business Size Standard for this project is $39.5 million.� The Request for Proposal (RFP) will be issued on or about 17 July 2020 and proposals will be due on or about 17 August 2020. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f200f0e36ddd4f23a99b91e7ac0cf83d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05688771-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 |