Mississippi Bids > Bid Detail

US Army Corps of Engineers, Vicksburg District (MVK) Mississippi River and Tributaries (MR&T) Program Multiple Award Task Order Contract(s) (MATOC)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159528633170181
Posted Date: Oct 21, 2022
Due Date: Nov 21, 2022
Solicitation No: W912EE23R-MVK
Source: https://sam.gov/opp/934a438ae7...
Follow
US Army Corps of Engineers, Vicksburg District (MVK) Mississippi River and Tributaries (MR&T) Program Multiple Award Task Order Contract(s) (MATOC)
Active
Contract Opportunity
Notice ID
W912EE23R-MVK
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST VICKSBURG
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 21, 2022 03:18 pm CDT
  • Original Response Date: Nov 21, 2022 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Vicksburg , MS 39180
    USA
Description

This market survey is for information only, to be used for preliminary planning purposes.



THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The Government will not pay for any information provided as a result of this market survey.



The U.S. Army Corps of Engineers, Vicksburg District, is conducting research to determine the capabilities of potential contractors to support the Mississippi Rivers and Tributaries (MR&T) Program. The district is considering awarding one (1) MATOC, to accomplish the MR&T Program utilizing Other Heavy and Civil Engineering Construction, NAICS 237990. The Small Business Size Standard for this requirement is $39.5 million. Offerors must be registered with the System for Award Management (SAM), including the NAICS code they are bidding under, in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov.



The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a) participants, Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB) and Women Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. All small businesses are highly encouraged to participate.



MVK is seeking qualified, experienced sources capable of performing large levee enlargements on the Mississippi River Levee Project. Contractors will be required to furnish all plant, labor, materials, and equipment for performing construction of compacted, semi-compacted, and uncompacted embankments for levee and berm construction utilizing Government furnished riverside or landside borrow areas and installation of relief wells along the toe of the levee. This work will be performed primarily along the Mississippi River levee system within the geographic bounds of the Vicksburg District, but may include other levee systems within the Vicksburg District, and/or similar levee systems within the Mississippi Valley Division (particularly the Memphis or New Orleans District). Additional work would include clearing and grubbing, ditching, furnishing and installing culverts and cattle guards, construction of drainage structures in borrow areas, establishment of turf, and crushed stone or asphalt paving on the levee crown.



The MATOC ordering period will be five (5) years. The total contract capacity will not exceed $200M. The estimated minimum size of a task order is $1Million. The estimated maximum size of a task order is $20 million with the average size task order being $5 Million to $10 Million. Firms must have the ability to perform multiple task orders simultaneously. Upon award to the initial MATOC pool, individual task orders will be competitively issued to MATOC holders, through designating the locations and types of work that will be performed on each task order.



If your firm is a Small Business, provide affirmation that your firm can comply with the following minimum requirements: FAR 52.219-14, Limitations on Subcontracting, requires that a small business concern perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.



The Government is requesting interested contractors to furnish the following information:



(1) Firm’s name, address, point of contact, telephone number, and e-mail address.



(2) Firm's interest in submitting a bid in response to the solicitation when it is issued.



(3) Type of Business (small business, small-disadvantaged business, etc.)



(3) State your firm’s bonding capacity as of the date of your response (single project and aggregate project bonding capacity).



(4) Provide an example of at least one project similar in scope, magnitude and cost as the projects described above. Include the point of contact information for examples provided. Past performance on indicated projects may be verified.



The responses received to this notice will provide the basis for determining industry capability and the set-aside category to be used. Therefore, it is critical that firms interested in the opportunity to support this program complete and return the attached survey. Firms are cautioned to carefully consider whether they possess the requisite capability, capacity, experience and financial/bonding capacity to perform multiple projects at multiple locations simultaneously.



Responses are to be completed with all requested information and submitted via e-mail to the attention of: Ellis.Screws@usace.army.mil. & Dustin.G.Cannada@usace.army.mil. To be considered, responses must be received by 1400 C.S.T. on 21 November 2022.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4155 CLAY STREET
  • VICKSBURG , MS 39183-3435
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 21, 2022 03:18 pm CDTSources Sought (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.

Start Free Trial Today >