SOLICITATION NOTICE
Y -- Southern Appalachian Civil Construction II (SACC II) IDIQ
- Notice Date
- 5/22/2024 7:17:17 PM
- Notice Type
- Solicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USDA-FS, CSA EAST 12 Atlanta GA 303092449 USA
- ZIP Code
- 303092449
- Solicitation Number
- 12445224R0016
- Response Due
- 7/8/2024 2:00:00 PM
- Archive Date
- 07/23/2024
- Point of Contact
- John Davidson, Penny Zortman
- E-Mail Address
-
john.davidson@usda.gov, penny.zortman@usda.gov
(john.davidson@usda.gov, penny.zortman@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Project: Southern Appalachian Civil Construction II (SACC II) IDIQ SCOPE OF CONTRACT A Multiple Award Indefinite Delivery/Indefinite Quantity Contract ( IDIQ) for civil engineering construction projects at multiple locations in the southeastern portion of the United States. These construction services would primarily consist of road and other transportation related repair and construction services, however, may include other civil engineering construction work typically performed by road construction and excavation type contractors. The work performed may include new work, additions, alterations, or maintenance and repairs. The IDIQ will allow for services to be ordered by the Government as needed and required. PROJECT LOCATION Work may be located in Alabama, Georgia, Tennessee, South Carolina, North Carolina, and Virginia.� The majority of the work will be located within the National Forest boundaries of these states. Work will primarily be on Forest System Roads or Forest Recreation Area sites or trails. Each Task Order will identify the specific project location. A vicinity and project location map will be provided to the contractor with each Task Order RFP. Note:� 1.�������� This is a competitive acquisition as a 100% small business set aside for the award of a Multiple Award Indefinite Delivery/Indefinite Quantity Contract (IDIQ), 2.�������� This solicitation is issued as a Two-Phase Design-Build (DB) / (DBB) procurement in accordance with Federal Acquisition Regulation (FAR) 36.3.� Phase I is a Request for Proposals (RFP) with four (4) factors which will be evaluated to determine which offerors will submit proposals for Phase II. � �Phase II -For those ""up to"" fifteen selected companies from selected from Phase 1 submitted evaluation criteria, two (2) ""seed"" project task order SOIs will� then be ""Emailed"" the related SOIs for pricing, soon after the July 8th Phase 1 proposal due date.�� Note: a scheduled video / teleconference to discuss details concerning the RFP, IDIQ and the two Phase 2 �seed� task orders is scheduled for 9 AM EST, Thursday, May 30th, 2024. � Note: this teleconference is intended to serve as the pre-bid site visit for both �seed� task orders, where a request for proposal (RFP) will be sent to companies selected from the Phase 1 submission for advancement (If joining via online, �videoconference) Microsoft Teams, Meeting ID: 292 845 932 879, �� Passcode: wgFwej (Dial-in, �by phone) 1-202-650-0123, then enter Phone conference ID: 427 849 267#
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f3164fe034864f179e85542ad8d2cd1d/view)
- Place of Performance
- Address: USA
- Country: USA
- Record
- SN07073300-F 20240524/240522230046 (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 |