Sustainment, Restoration, Modernization (SRM) – Indefinite Delivery Contract, Various locations, Alaska

Agency: DEPT OF DEFENSE
State: Alaska
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Apr 25, 2024
Due: Jun 10, 2024
Solicitation No: W911KB24R0011
Publication URL: To access bid details, please log in.
Follow
Sustainment, Restoration, Modernization (SRM) – Indefinite Delivery Contract, Various locations, Alaska
Active
Contract Opportunity
Notice ID
W911KB24R0011
Related Notice
W911KB24R0011
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
POD
Office
W2SN ENDIST ALASKA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-08:00) ANCHORAGE, ALASKA, USA
  • Original Published Date: Apr 25, 2024 10:46 am AKDT
  • Original Response Date: Jun 10, 2024 02:00 pm AKDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 10, 2025
  • Initiative:
    • None
Classification
  • 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:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    AK
    USA
Description

(1) CONTRACT INFORMATION



This acquisition is a total Small Business Set-Aside; any qualifying business may submit a proposal. This is a two-phase construction acquisition for a Sustainment, Restoration and Modernization (SRM) Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This solicitation will be issued as a two-phase construction acquisition in accordance with the Federal Acquisition Regulations (FAR) Part 36. Projects will be located primarily in various locations in Alaska, but outside Alaska at Wake Island. This acquisition is under North American Industrial Classification System (NAICS) Code 236220, Commercial and Institutional Building and Construction, with small business size standard of $45 Million. The Government intends to award at least five (5) small business IDIQ contracts, however it reserves the right to award more, less or none at all. The anticipated IDIQ MATOC awards will consist of (1) 7-year base ordering period. The overall capacity of this competitive IDIQ MATOC will be total shared ceiling of $450 Million. The resultant IDIQ MATOC awards will have firm fixed price (FFP) task orders. There will be a minimum guarantee amount of $5K for the entire contract period on each award. The anticipated size of task orders for this contract is expected to range between $3K and $12M. All responders are advised that this contract may be revised or cancelled at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized. This solicitation does not guarantee work to the selected firm(s). Award of the contracts are anticipated for the first quarter of FY25.



To receive an award the contractor must be registered in the System for Award Management (SAM). Register via the SAM Internet site at SAM.gov | Home





(2) PROJECT INFORMATION:



The U.S. Army Corps of Engineers (USACE), Pacific Ocean Division, Alaska District (POA) has a need for a replacement contracting tool to effectively, efficiently, and competitively award task orders to execute design-build (DB) and design-bid-build (DBB) for Sustainment, Restoration, Maintenance (SRM) and other small construction project(s). The work requirements may be performed at any location in Alaska; however, the majority will be primarily on military installations in Alaska, to include but not limited to Fort Wainwright (FTW), Eielson Air Force Base (EIE), Joint Base Elmendorf Richardson (JBE or JBR), Fort Greely (FTG), Clear Space Force Station (CLR), Eareckson Air Station (EAR), National Oceanic and Atmospheric Administration (NOAA) Gilmore Creek Site and Kodiak Island, and on Wake Island as needed. The most effective tool is a firm-fixed price (FFP) Multiple-Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract (MATOC). The POA plans to solicit offers on a full and open competition after exclusion of sources, under a total small business set-aside acquisition. It is anticipated there will be up to five (5) competitive small business awards. Each of the awardees will share a total capacity of $450,000,000, with a minimum order of $3K and maximum order limit of $12M. The tasks may include DB Construction (vertical and horizontal) and DBB Construction related to Facility SRM of real property, new construction, repairs, incidental demolition (including Hazardous Material (HazMat) testing, removal and disposal), facility and system maintenance and upgrade, infrastructure and site improvements. Construction efforts may include, but are not limited to, work related to facilities, industrial building, power plants, utilities (water, sewer, communications, security stems, electric, fire protection, steam and hot water systems), incidental environmental work to include, but not limited to, incidental soil, and asbestos containment/disposal, and/or site work fencing, roads, parking, airfield paving, and drainage. This planned MATOC will be a tool to meet the SRM and small construction 2 Source Selection Information – See FAR 2.101 and 3.104 program most effectively under North American Industry Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction ($45 Million (M) size standard).





The offerors selected for award will be those determined to be the best value to the Government considering the price and non-price factors cited in this announcement and the solicitation, utilizing the tradeoff process described in FAR Part 15.101-1. It is anticipated that the Government will evaluate in Phase I: Past Performance, and Organization & Management. For offerors selected to submit proposals for Phase II, it is anticipated that the Government will evaluate Design and Construction Narrative and Drawings, a Proposed Summary Schedule for an Initial Task Order Scope of Work, and Price.





All offerors are advised that this solicitation may be cancelled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award. If the solicitation is cancelled, all proposal preparation costs will be borne by the offeror. All offerors must be registered in the System for Award Management at SAM.gov | Home . Joint Ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an offeror ineligible for award.





(3) LOCATION: Sustainment, Restoration, Maintenance (SRM and other small construction project(s) work requirements may be performed at any location in Alaska; however, the majority will be primarily on military installations in Alaska, to include but not limited to Fort Wainwright (FTW), Eielson Air Force Base (EIE), Joint Base Elmendorf Richardson (JBE or JBR), Fort Greely (FTG), Clear Space Force Station (CLR), Eareckson Air Station (EAR), National Oceanic and Atmospheric Administration (NOAA) Gilmore Creek Site and Kodiak Island, and on Wake Island as needed. The location of projects includes Local, State, and Federal Lands, or U.S. Military Installations.





(4) SELECTION CRITERIA:



Phase 1:




  1. Factor 1- Past Performance (Confidence Assessment).

  2. Factor 2- Organization and Management



Phase 2:




  1. Factor 1- Design and Construction Narrative and Drawings

  2. Factor 2- Proposed Summary Schedule

  3. Price and Pro Forma Information







(5) SUBMISSION REQUIREMENTS: A solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 10 May 2024. All solicitation documents will be posted to the PIEE Solicitation Module website at: https://piee.eb.mil/sol/xhtml/unauth/index.xhtml via Solicitation Number Search W911KB24R0011. It shall be the contractor’s responsibility to check websites for any amendments. The offeror shall submit in the proposal all requested information specified in this solicitation.





Additional information concerning PIEE can be found at: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml







All potential offerors are advised to check daily the PIEE Solicitation Module website at: https://piee.eb.mil/sol/xhtml/unauth/index.xhtml via Solicitation Number Search W911KB24R0011, for any additional modifications pertaining to this synopsis.






Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE KO 2204 3RD STREET
  • ANCHORAGE , AK 99506-0898
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Jun 20, 2023[Sources Sought (Original)] Sustainment, Restoration, Modernization (SRM) – Indefinite Delivery Contract, Various locations, Alaska
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Barrow Courthouse Lease RFP The Alaska Court System (ACS) is seeking proposals from

State Government of Alaska

Bid Due: 5/10/2024

Development of a new CWT database from records Active Contract Opportunity Notice ID

Federal Agency

Bid Due: 5/09/2024

GAOA - El Cap Recreation Area Improvements: Campground and Day Use Area Active

Federal Agency

Bid Due: 5/28/2024

ITB: 2501000064 - Peger Road Engineering & Contracts Building Roof Replacement STATE OF

State Government of Alaska

Bid Due: 5/15/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.