SOLICITATION NOTICE
Y -- $135M FSRM 8(a) MATOC
- Notice Date
- 3/20/2024 2:24:00 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F24R0026
- Response Due
- 3/28/2024 11:00:00 PM
- Archive Date
- 04/13/2024
- Point of Contact
- Jennifer Gilbreath, Tyler P. Hegge
- E-Mail Address
-
jennifer.c.gilbreath@usace.army.mil, tyler.hegge@usace.army.mil
(jennifer.c.gilbreath@usace.army.mil, tyler.hegge@usace.army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- **AS OF 20 MARCH 2024*** USACE has decided to pursue other 8(a) opportunities. There will not be a solicitation released for this posting.� ______________________________________________________________________________________________ On or about 15 March 2024, The Government intends to a solicitation for a target of five (5) firm fixed price Indefinite Delivery Contracts (IDCs) 8(a) awards with a total of $135M in shared capacity for Construction Services for Facilities Sustainment, Restoration, and Modernization (FSRM) which includes all work required for design-build (D-B)/design-bid-build (D-B-B) projects for existing military and civil stakeholders located within Omaha District�s Area of Responsibility (AOR) under NAICS 236220. The Government will limit task orders under this MATOC to firm-fixed price (FFP). This MATOC will have a five (5) year performance period (one 3-year base period and one 2-year option period). IDCs will include various types of FSRM projects, examples of military projects may include but not limited to, design-build/design-bid-build, installation, upgrades, and/or repairs of VA or DOC facilities and additional stakeholder facilities, to include: mechanical systems, electrical systems to include Essential Electrical Systems (EES) and telecommunications/IT/Low Voltage (including environmental monitoring and building automation systems - EMS/BAS), sewer systems, plumbing systems, and medical gas systems (categories 1-4).� Each task order to be issued will fully describe the design project or the accomplished studies and will identify all work to be accomplished. Please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via https://SAM.gov. Registration is required to access solicitation documents. The website https://SAM.gov provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments. Summary of access requirements to solicitation is as follows. Find solicitation announcements in https://SAM.gov. All amendments will be posted in https://SAM.gov. It shall be the contractor's responsibility to check the website for any amendments. The Contracting point of contacts for this project are Jennifer Gilbreath at Jennifer.c.gilbreath@usace.army.mil and Tyler Hegge at tyler.hegge@usace.army.mil. Interested parties are reminded that they are responsible for checking on new information posted to https://SAM.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7bb09e4e598d487bab3195578c8ccaf1/view)
- Place of Performance
- Address: Omaha, NE 68102, USA
- Zip Code: 68102
- Country: USA
- Zip Code: 68102
- Record
- SN07003203-F 20240322/240320230059 (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 |