Search Contract Opportunities

National Roofing Program (NRP) Design/Build Construction Services MATOC   12

ID: W912QR23R0024 • Type: Presolicitation

Description

Posted: Feb. 7, 2024, 8:09 a.m. EST

DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR23R0024 for the Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order (MATOC) for Building Envelope, Roof Repair and Replacement D/B Construction in Support of the U.S. Army Reserves National Roofing Program (NRP).

TYPE OF CONTRACT AND NAICS: This RFP will be for a target of seven (7) Firm-Fixed-Price (FFP) IDIQ MATOC contract. The North American Industrial Classification System Code (NAICS) for this effort is 238160.
TYPE OF SET-ASIDE: This acquisition will be a 100% set-aside for Small Business

SELECTION PROCESS: This is a two-phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The Phase I proposal for this procurement, at a minimum, will consist of the following: Contractor Past Performance and Technical Approach. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. Phase II proposal of this procurement, at minimum, will consist of the following: Design/Technical and Price.

DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest.
MAGNITUDE: The total capacity of the umbrella MATOC will be $250M. The MATOC will consist of a four-year base period and two three-year option periods for a total of ten years.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about February 14, 2024. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.sam.gov.
SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the System for Award Management website, http://www.sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the System for Award Management website at http://www.sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation.
REGISTRATIONS:
Offerors shall have and shall maintain an active registration in the following database:
System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.
POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Jesse Scharlow, at jesse.e.scharlow@usace.army.mil or Alex Hamilton at alex.j.hamilton@usace.army.mil
This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Posted: Jan. 8, 2024, 5:30 p.m. EST
Posted: Dec. 6, 2023, 7:14 p.m. EST

Overview

Response Deadline
Feb. 22, 2024, 4:00 p.m. EST (original: Dec. 21, 2023, 4:00 p.m. EST) Past Due
Posted
Dec. 6, 2023, 7:14 p.m. EST (updated: Feb. 7, 2024, 8:09 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
79%
Vehicle Type
Indefinite Delivery Contract
On 12/6/23 USACE Louisville District issued Presolicitation W912QR23R0024 for National Roofing Program (NRP) Design/Build Construction Services MATOC due 2/22/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238160 (SBA Size Standard $19 Million) and PSC Z2JZ.
Primary Contact
Name
Jesse E. Scharlow   Profile
Phone
None

Secondary Contact

Name
Alex Hamilton   Profile
Phone
None

Documents

Posted documents for Presolicitation W912QR23R0024

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W912QR23R0024

Award Notifications

Agency published notification of awards for Presolicitation W912QR23R0024

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912QR23R0024

Contract Awards

Prime contracts awarded through Presolicitation W912QR23R0024

Protests

GAO protests filed for Presolicitation W912QR23R0024

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912QR23R0024

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912QR23R0024

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912QR23R0024

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT LOUISVILL
FPDS Organization Code
2100-W912QR
Source Organization Code
100221425
Last Updated
March 8, 2024
Last Updated By
emily.a.moore@usace.army.mil
Archive Date
March 8, 2024