SOLICITATION NOTICE
Y -- PRE-SOLICITATION NOTICE: IDIQ Minor Construction Projects SATOC, SWL (CW and MIL)
- Notice Date
- 4/29/2025 7:19:18 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W076 ENDIST LITTLE ROCK LITTLE ROCK AR 72201-3225 USA
- ZIP Code
- 72201-3225
- Solicitation Number
- W9127S25RA008
- Response Due
- 5/14/2025 9:55:00 PM
- Archive Date
- 05/31/2025
- Point of Contact
- Sarah Hagood, Phone: 5013401277, Shelby Henson, Phone: 5013401249
- E-Mail Address
-
sarah.n.hagood@usace.army.mil, Shelby.m.henson@usace.army.mil
(sarah.n.hagood@usace.army.mil, Shelby.m.henson@usace.army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- PRE-SOLICITATION NOTICE INDEFINITE DELIVERY INDEFINITE QUANTITIY SINGLE AWARD TASK ORDER CONTRACT MINOR CONSTRUCTION PROJECTS WITHIN LITTLE ROCK DISTRICT CIVIL WORKS AND MILITARY BOUNDARIES U.S. ARMY CORPS OF ENGINEERS LITTLE ROCK DISTRICT W9127S25RA008, IDIQ Minor Construction Projects SATOC, SWL (CW and MIL), will be advertised using an 8(a) Competitive Set-Aside under the NAICS Code 237990, Other Heavy and Civil Engineering Construction. The small business size standard is set at $45M. This solicitation will be issued utilizing FAR Part 15 as an RFP. Proposals will be evaluated via the Best Value - Trade Off method and will result in a firm fixed-price IDIQ SATOC. The resultant contract will have a capacity limit of $45 million. The purpose of this acquisition is to establish a highly responsive repair and construction contracting vehicle to support SWL's CW and MIL missions. The general scope of this acquisition will be to provide all labor, materials, supplies, parts (to include system components), transportation, plant, supervision, and equipment, except when specified as Government-furnished, required for repair or construction of real property facilities. Work could include repair or replacement of mechanical, electrical or fire protection and detection systems; concrete repair; asphalt paving; repairs related to building renovation or demolition; interior remodeling work including carpentry, painting, floor and wall covering; repair or replacement of infrastructure systems; correction of drainage problems; repair or upgrade of structural problems; asbestos removal for disposal; repair or replacement of roofing, siding, windows, doors or other miscellaneous architectural elements; various repairs or maintenance required for recreational facilities; etc. Work may be accomplished in different types of facilities and environments including administrative; vehicle maintenance; industrial; warehouses, recreation areas, lake shorelines, remote river locations, etc. The contractor shall provide quality assurance as specified in strict accordance with all terms, conditions, special contract requirements, specifications, drawings, attachments, and exhibits to be outlined in the contract requirements and task orders awarded under the contract. The contractors work and responsibility shall also include all planning, programming, administration, and management necessary to provide repair, construction, and related services as ordered. The contractor shall be responsible for site preparation and cleanup for each task order issued under the contract. Further, the contractor shall provide related services such as preparing and submitting required reports, maintaining record drawings, and performing other administrative work. W9127S25RA008 will be issued around May 14, 2025, via Procurement Integrated Enterprise Environment (PIEE), https://piee.eb.mil/sol/xhtml/unauth/index.xhtml and the Government Point of Entry (GPE), www.sam.gov. Amendments to the solicitation will be issued via the GPE/PIEE as well. It is each offerors responsibility to download the solicitation and monitor the sites for updates. Offerors must be registered with the System for Award Management (SAM) in order to submit a proposal in response to this solicitation. Contractors may register for SAM at no cost to them at the following website: www.sam.gov. The Contract Specialist/s for this solicitation will be Sarah Hagood/ Shelby Henson. All questions/ comments should be forwarded in writing to sarah.n.hagood@usace.army.mil or shelby.m.henson@usace.army.mil. All contractors are encouraged to visit SAM at www.sam.gov to view other business opportunities.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f6cce32d4fde4eaa8b7a319aca408e34/view)
- Record
- SN07424667-F 20250501/250429230052 (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 |