SOLICITATION NOTICE
Y -- PRE-SOLICITATION notice for a Design-Build, Design-Bid-Build, Unrestricted Award with a Small Business Reserve, Vertical Construction Multiple-Award, Task Order Contract to support the Tulsa District and the Southwest Division AOR
- Notice Date
- 5/6/2022 7:57:27 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV22R0004
- Response Due
- 5/20/2022 11:00:00 AM
- Point of Contact
- Rudolfo J. Morales, Jr., Phone: 9186697275, Fax: 9186697436, Jon Larvick, Phone: 9186694316
- E-Mail Address
-
rudolfo.j.morales@usace.army.mil, jon.a.larvick@usace.army.mil
(rudolfo.j.morales@usace.army.mil, jon.a.larvick@usace.army.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- This is a PRE-SOLICITATION notice for a Design-Build (DB), Design-Bid-Build (DBB, Unrestricted Award with a Small Business Reserve, Vertical Construction Multiple-Award, Task Order Contract (MATOC), primarily to support the Tulsa District and the Southwestern Division (SWD) Area of Responsibility (AOR). �THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� � Please NOTE this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to any contract award. The NIST score is a responsiveness item. A missing NIST score is a �minor clarification� or �limited exchange� of information and offeror is given opportunity to cure the defect; i.e. comply w / NIST score requirement. If an offeror refused to comply, they are deemed not responsible. The U.S. Army Corps of Engineers (USACE) SWT has been tasked to solicit for and award a $495,000,000 MATOC as an Unrestricted with a Small Business Reserve. This MATOC is primarily for SWT and may be used within the SWD AOR.� The MATOC will be predominately used to support vertical construction projects associated with the Sustainment, Restoration, and Modernization and Military Construction projects.� Projects that are military funded and include horizontal construction, will also be considered within scope. The primary area(s) of performance within the SWT AOR are military installations in Oklahoma and north Texas. Specific area(s) of performance will be identified at the time of individual task order award(s). The resultant MATOC will have a target of 10 contract holders with a total shared capacity of $495,000,000.00. Construction projects associated with the proposed MATOC will be DBB and DB projects. The scope of this SWT/SWD MATOC includes, but is not limited to, design, new construction, repair, and/or alteration to sustain, restore, replace and/or modernize administration buildings, health facilities, warehouses office spaces, dormitories, dining facilities, aircraft hangars, classrooms, ancillary facilities or others as defined in the task order requirements. The North American Industry Classification System code for this procurement is 236220, which has a small business size standard of $39.5M. The contract ordering period will be one (1) five-year base period. For each task order, Small Businesses are reminded of FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firms will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Planned Awards: The market research analysis supports the establishment of an unrestricted solicitation with a Small Business Reserve IAW FAR 19.503, Reserves (a) & (b)(1).� This strategy will provide a target of five (5) small businesses for the reserve, which could include one (1) Historically Underutilized Business Zone firm, one (1) Service-Disabled, Veteran-Owned Small Business firm, and one (1) Women-Owned Small Business firm, and a target of five (5) unrestricted firms with a total value of $495 million in shared contract capacity.� The target of five Small Business awards for the reserve will be made to those Small Business firms evaluated as the best value contractors regardless of socioeconomic category.� A socioeconomic category preference shall not apply during the source selection process.� The acquisition incorporates the contract reserve process IAW FAR 19.504(c)(1)(i), Orders under Reserves.� At the task order level, if the requirement under FAR 19.504(c)(1)(i) is not met, fair opportunity will be provided to all offerors within MATOC.� Anticipated solicitation issuance date is on or about 20 May 2022, and the estimated proposal due date will be on or about 20 June 22. The official solicitation�number W912BV22R0004 will be issued under contracting opportunities via PIEE inviting firms to register electronically to receive a copy of the solicitation when it is issued.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b5b0588658f945ce953de9a8b92073e0/view)
- Place of Performance
- Address: Tulsa, OK 74137, USA
- Zip Code: 74137
- Country: USA
- Zip Code: 74137
- Record
- SN06319914-F 20220508/220506230056 (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 |