Nashville District Bank Stabilization MATOC
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159658925394901 |
Posted Date: | Nov 7, 2022 |
Due Date: | Dec 16, 2022 |
Solicitation No: | W912P522R0001 |
Source: | https://sam.gov/opp/4616077803... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Solicitation (Updated)
- All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Updated Published Date: Nov 07, 2022 01:24 pm CST
- Original Published Date: Aug 12, 2022 04:39 pm CDT
- Updated Date Offers Due: Dec 16, 2022 05:00 pm CST
- Original Date Offers Due: Sep 12, 2022 10:00 am CDT
- Inactive Policy: Manual
- Updated Inactive Date: Dec 31, 2022
- Original Inactive Date: Dec 31, 2022
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z2QA - REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
-
NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
-
Place of Performance:
Nashville , TNUSA
Amendment 2, 7 NOV 2022: The amendment includes: 1) updates to provisions and clauses; 2) adds Section 00 43 83 for binding labor rates; and 3) revises solicitation for Phase II. Phase II responses will only be accepted from invited participants. The Government completed evaluations of phase I and invited the following offerors to participate in phase II:
1.) Cornerstone Engineering Inc.
2302 Hurstbourne Village Drive, Suite 1000
Louisville, Kentucky 40299
_____
2.) SES Civil and Environmental LLC
1006 Floyd Culler Court, Suite 4
Oak Ridge, Tennessee 37380
_____
3.) Underwater Mechanix Services, LLC
1004 Eastport Road
Jacksonville, Florida 32218
_____
Amendment 1, 08 SEP 2022: The amendment includes revisions to: 1) Response date in block 13 of SF 1442, 2) SECTION 00 22 16 - PHASE I, and 3) Technical Specification Attachment. Additionally, this amendment notifies interested vendors, the government has posted responses in Projnet to bidder inquires submitted in Projnet.
PURPOSE: This is a Nashville District, U.S. Army Corps of Engineers, Request for Proposal (RFP) construction solicitation for firm-fixed-price, Multiple Award Task Order Contracts (MATOC). The construction type is primarily Design/Bid/Build (D/B/B) and Design/Build (D/B) Construction Activities within the Nashville District Mission Boundaries. Vendors will not be reimbursed for submitting responses to this RFP.
NAICS CODE AND SBA SIZE STANDARD: NAICS 237990, Other Heavy and Civil Engineering Construction, Size Standard $39.5M.
TYPE OF SET-ASIDE: 100% Small Business Set-Aside
PROJECT MAGNITUDE: Between $250,000 and $4.5 million per Task Order. Total MATOC capacity is set to $24 million.
PROJECT DESCRIPTION: The purpose of these projects will typically be repairs, maintenance, and improvements to existing flood control structures, channels, earthen embankments, rivers, and tributaries. Examples of possible work on flood control structures include slope repairs, erosion protection, and improvements or restoration of roadways or accesses. Channel work might include excavation, widening, erosion control features, drainage improvements and bank stabilization with armor stone, articulated concrete blocks, bioengineering, foreshore dikes, and / or retaining walls, and may involve repairs or replacement of utilities. Projects in support of local municipalities are of a similar nature to USACE projects especially pertaining to flood control and ecosystem restoration. Projects in support of other Federal agencies such as the NPS might include stream bank stabilization with geotextile fabric and armor stone.
PLACE OF PERFORMANCE: U.S. Army Corps of Engineers
Projects will be located in the geographic area of the USACE Nashville District which encompasses a large portion of the state of Tennessee and smaller portions Kentucky, Alabama, North Carolina, South Carolina, Georgia, Virginia, and Mississippi.
ANTICIPATED PERIOD OF PERFORMANCE: Period of contract shall not exceed five (5) years from the date of award.
SOLICITATION AND CONTRACT TYPE: This procurement is using the two-step FAR 36.3 procedures, where offerors are invited to participate in phase I by submitting written proposals in accordance with the attached solicitation. It is anticipated that from the RFP Solicitation, the Government will award up to four Firm-Fixed Price construction MATOCs to companies whose proposals are most advantageous to the Government based upon an integrated assessment of the evaluation factors and subfactors described below.
Anticipated Award Date: The government anticipates awards will be made in March 2023
Refer to instructions for inquiry and submission procedures included in the attached solicitation. The government has also attached a redacted consolidation memorandum to support consolidating the discrete projects into MATOC set-aside for small businesses and technical specifications.
- KO CONTRACTING DIVISION 801 BROADWAY RM A604
- NASHVILLE , TN 37203-1070
- USA
- Sara King
- sara.t.king@usace.army.mil
- Phone Number (312) 846-5316
- James W. Purcell
- James.W.Purcell@usace.army.mil
- Phone Number 6157367674
- Nov 07, 2022 01:24 pm CSTSolicitation (Updated)
- Sep 08, 2022 10:42 am CDT Solicitation (Updated)
- Sep 08, 2022 10:37 am CDT Solicitation (Updated)
- Aug 12, 2022 04:39 pm CDT Solicitation (Original)
- Aug 05, 2022 03:52 pm CDT Special Notice (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.