The RFP Database
New business relationships start here

Roadwork, Road Repair, Maintenance and construction MATOC


Missouri, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Army Corps of Engineers, Kansas City District (NWK), intends to issue a solicitation for construction services. This solicitation is for offers for Firm Fixed-Price Multiple Award Task Order Contracts (MATOC) for Roadwork, Road Repair, Maintenance and construction projects within the geographic boundaries of the Kansas City District, but may be used to support other projects within the Northwestern Division (NWD) of the U. S. Army Corps of Engineers (USACE). This is a 100% set-aside for Small Businesses. The solicitation will be available on or about 19 July 2019 on the Federal Business Opportunities (FBO) website at www.fbo.gov, and proposals will be due within 30 days from issuance of the solicitation.

The NAICS code that will apply to projects under these contracts will be NAICS 237310 (Highway, Street, and Bridge Construction) The Size standard is $36.5 million. The Government will award up to five (5) base Indefinite Delivery/Indefinite Quantity (ID/IQ) contract awards to firms under this solicitation. This contract shall have an ordering capacity of $5 million. The MATOC duration will be three base years with two option years. The minimum guarantee on this contract is $2,500.00. Individual projects under this contract will be awarded by task order.
Work will be performed in the following states.
IOWA: Rathbun Lake
KANSAS: Clinton Lake, Hillsdale Lake, Kanopolis Lake, Melvern Lake, Milford Lake, Perry Lake, Pomona Lake, Tuttle Creek Lake, Wilson Lake
MISSOURI: Blue Springs Lake, Harry S. Truman Lake, Long Branch Lake, Longview Lake, Pomme de Terre Lake, Smithville Lake, Stockton Lake
NEBRASKA: Harlan County Lake


Individual projects may include maintenance, repair, rehabilitation, reconstruction and new construction of roads and road accessories within the Kansas City District. Road base and subgrade earthwork including excavation, grading, subgrade modifications; and aggregate base, surfacing, and shouldering.
Asphalt pavement including hot mix asphalt (HMA) paving, patching, overlays, and milling.
Concrete pavement including paving (PCCP), patching, parking lots, sidewalks, curbs and gutters, Pavement preservation treatments including crack filling/sealing, chip seals, surface sealing, microsurfacing, Incidental construction including but not limited to pavement marking, guardrail, slope protection, erosion culverts (metal and concrete)


As requirements develop, task orders will be issued in accordance with DFARS 216.505-70, at the Government's option. Task Orders will include primarily Civil Construction or Operations and Maintenance (O&M) projects.


The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. The government intends to award without discussions but reserves the right to open discussions.


Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must 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 data base, the Government reserves the right to award to the next prospective offeror.


Interested offerors are required to submit their representations and certifications to the System for Award Management (SAM) website at https://www.sam.gov/portal/public/SAM/. The solicitation and associated information will be available from the FedBizOpps website https://www.fbo.gov. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation.
All communications must be made in writing. Prospective Offerors shall submit contracting and technical inquiries and questions concerning the solicitation via email

NOTICE,NOTICE NOTICE: SOLICTATION NUMBER HAS CHANGED TO W912DQ19R1078


Joshua Higginbotham, Contract Specialist, Phone 8163893059, Email joshua.m.higginbotham@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP