Dugway Proving Ground - Job Order Contract - Minor Construction
ID: W911S6-24-R-0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-DUGWAY PROV GRDDUGWAY, UT, 84022-5000, USA

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The U.S. Army's Dugway Proving Ground in Utah seeks a versatile contractor for an IDIQ Job Order Contract (JOC) covering a broad range of real property maintenance, repair, and construction tasks. With a four-year base term and extension options, the contract aims to ensure efficient facility management and construction services.

    The successful contractor will undertake various projects, including renovations, repairs, and new construction, emphasizing flexibility and rapid response. They must provide a comprehensive understanding of JOC operations, expert project management, and adherence to stringent staffing criteria. Additionally, the contractor will be responsible for submitting detailed proposals, pricing strategies, and coefficient rates for various work scenarios.

    This procurement process prioritizes assessing past performance and technical capability. The government will carefully evaluate offerors' experience, competency, and reliability, focusing on their ability to manage diverse tasks and meet tight deadlines.

    Key dates include pre-proposal conferences and site visits in July 2024, with a proposal submission deadline of 3:00 PM MST on August 14th, 2024. The contact information for the primary and secondary government contacts is provided in the solicitation documents.

    Files
    Title
    Posted
    The primary objective of this procurement is to correct administrative errors in the solicitation process. Specifically, it amends the response deadline, extending it from July 8th, 2024, at 3:00 PM to July 31st, 2024, at 12:00 PM. This amendment ensures potential contractors have additional time to submit their offers. Offerors are required to acknowledge receipt of this amendment, signed by the contracting officer, before the revised deadline. Any changes to already submitted offers must also be made before this cut-off date.
    The amendment extends the deadline for receiving clarification questions about the solicitation to July 24th, 2024, 3:00 PM MST. It also sets a new proposal submission deadline of July 31st, 2024, 12:00 PM MST. The solicitation seeks a contractor for a Job Order Contract (JOC) related to construction services on a military installation. The contract is for a four-year base period, with options to extend for up to twelve years. The government intends to award a fixed-price contract with three different coefficient-based CLINs for various working scenarios. The procurement aims to engage a capable contractor to manage and execute construction projects on the base, emphasizing efficient administration and timely task order fulfillment. The contractor will be responsible for providing a dedicated team of construction professionals, including a project manager, program manager, superintendent, quality control plan manager, and site safety and health officer. Offerors are required to submit detailed proposals across four volumes: General Information, Technical Capability, Past Performance, and Pricing. The Technical Capability volume must include a detailed staffing plan and the contractor's approach to two notional task order scenarios. Evaluation criteria include technical capability, past performance, and price. Critical dates include the proposal submission deadline and the pre-proposal conference on July 10th, 2024.
    The government seeks clarification and amendments to the solicitation document for a construction contract. The primary objective is to procure construction services for various projects under a multiple-award task order contract. The contract encompasses a range of tasks, including renovations, sustainment, and modernization. Among the requirements, contractors must provide a Program Manager and Project Manager, with specified qualifications and experience managing construction projects. The Program Manager oversees the entire contract, while the Project Manager is responsible for individual task orders. Key personnel, such as Superintendents, may manage multiple projects with government approval, based on the location and scope of the work. Offerors are required to submit detailed proposals demonstrating their ability to meet the government's needs, including staffing plans, past performance records, and pricing strategies. The government will evaluate proposals based on technical acceptability, past performance, and price. Critical dates include a site visit prior to issuing the Request for Task Order Proposal (RTOP), and the proposal submission deadline is confirmed as July 31, 2024. Offerors are encouraged to ask further questions for clarification before this deadline. The government reserves the right to extend the proposal due date if needed. This summary provides a concise overview of the procurement's essential aspects, focusing on the construction services being sought, the contract's key requirements, and the submission process.
    The government seeks a contractor for a Job Order Contract (JOC) covering construction services on a four-year base term with four one-year extension options. The RFP amends and clarifies key dates and questions related to the procurement process. It extends the submission deadline to 3:00 PM MDT on August 7th, 2024. The procurement's primary objective is to obtain construction services, including management, staffing, and execution of multiple task orders. The government requires a comprehensive understanding of JOC operations, efficient management, and adherence to strict staffing criteria. Key staff roles include a project manager, program manager, superintendent, quality control manager, and site safety and health officer, with specific qualification requirements. Contractors must submit proposals in four distinct volumes: General, Technical Acceptability, Past Performance, and Price. The Technical Acceptability volume should demonstrate an understanding of two notional task orders and include a critical path schedule. The Past Performance volume should detail the contractor's relevant experience and client references. The Price volume requires a bondability letter and completed pricing schedules using specified software. Evaluation criteria emphasize the mission capability and staffing details outlined in the Technical Acceptability volume. Past performance confidence assessment and price reasonableness are also critical factors. Key dates include the pre-proposal site visit on July 10th, 2024, and the proposal submission deadline on August 7th, 2024.
    The government seeks a contractor for a Job Order Contract (JOC) covering construction services on a four-year base with four one-year options. The goal is to obtain efficient management and timely execution of diverse task orders. Contractors must submit detailed proposals across four volumes: General, Technical Acceptability, Past Performance, and Price. The Technical Acceptability volume is critical, outlining how the contractor will manage the JOC, staff the project, and respond to fictional scenarios. Key staff positions require specific qualifications and fluency in English, with resumes supporting claims. The Past Performance volume helps assess the government's confidence in the contractor's ability to succeed, considering efforts from the last six years. Contractors must also demonstrate their cost structures and pricing strategies in the Price volume, using specified software and including a bondability letter. Critical dates include a pre-proposal site visit and a proposal submission deadline of August 7th, 2024. The government emphasizes compliance with requirements and page limits, and contractors must ask any clarifying questions by July 24th. Evaluations will consider factors like understanding of the JOC concept, staffing plans, and past performance, with prices not being evaluated. This procurement aims to secure a capable constructor for various projects on a streamlined, efficient basis.
    The government seeks a Job Order Contract (JOC) for construction services at Dugway Proving Ground facilities. This RFP amends previous documentation, extending the proposal deadline to August 14th, 2024, and clarifying various instructions and requirements. Offerors must submit four-volume proposals encompassing general information, technical acceptability, past performance, and pricing details. Volume II, focusing on technical acceptability, is critical, outlining how offerors will manage the JOC and staff the project. It should demonstrate an understanding of the contract's administrative and technical aspects and include a response to notional task orders. The Past Performance Volume (Volume III) should provide information on relevant contracts within the last six years, including a consent letter from subcontractors and a roadmap of any organizational changes. Volume IV requires offerors to submit pricing details, including a bondability letter and coefficient rates for different contract line items (CLINs), with narratives explaining the methodologies behind these rates. Key dates include the August 14th proposal deadline and a pre-proposal site visit conference on July 10th, 2024. The government will evaluate proposals based on factors like mission capability, staffing, and price, with past performance confidence also playing a role.
    The government's RFP W911S6-24-R-0002 seeks consent forms from subcontractors and teaming partners to release their past performance information to prime contractors during the source selection process. This is an essential step to facilitate the assessment of past performance relevancy and confidence. The consent forms, to be submitted with the proposals, allow for a more comprehensive evaluation of the prime contractors' past performance records, enhancing the government's ability to make informed decisions and achieve best value.
    Solicitation W911S6-24-R-0002 seeks detailed documentation from offerors regarding their past performance on relevant contracts. Offerors need to provide a clear rationale for their assertions of relevance, emphasizing the similarities in nature, size, and complexity to the current solicitation. The focus is on understanding past delivery schedules, contract costs, and any challenges encountered. This information is crucial for assessing the offerors' ability to meet the objectives of this solicitation. Offerors are required to provide a comprehensive narrative explanation for each relevant contract, highlighting objectives achieved and addressing any cost growth, schedule delays, or performance shortcomings. Additionally, they must detail the corrective actions taken to overcome these challenges and explain the management strategies employed. The government agency seeks this information to confidently evaluate the offerors' competency and reliability. To ensure a thorough evaluation, the request also mandates the inclusion of negative performance documentation, such as cure notices and contract discrepancy reports, along with descriptions of corrective actions. This aspect aims to assess the offerors' responsiveness and ability to learn from past experiences. All of these details are critical in the agency's decision-making process, indicating that the primary focus of this solicitation is on assessing offerors' past experiences and their applicability to the current contract.
    The U.S. Army seeks to award a single IDIQ Job Order Contract (JOC) for construction and related services at the U.S. Army Dugway Proving Ground in Utah. This RFP requests a rapid response from recipient agencies to assess a potential contractor's past and present performance. The Army aims to evaluate the contractor's capability and reliability based on their previous experiences. The questionnaire focuses on three key areas: technical performance, program management, and customer satisfaction. It rates the contractor's performance quality, timeliness, emergency response, compliance, and resource utilization, among other technical aspects. The program management section evaluates management effectiveness, knowledge, and flexibility in handling changes and costs. Customer satisfaction responses gauge end-user experiences and contractor cooperation. Agencies must provide a narrative summary and overall rating for the contractor's work, with particular attention to any marginal or unsatisfactory responses. The Army requests this detailed feedback by July 31, 2024, to facilitate a timely selection process.
    The primary objective of this procurement is to obtain construction-related services, encompassing a wide range of tasks, for a government agency. The focus is on developing a cost-effective approach to cover various expenses associated with construction projects while ensuring compliance with environmental and regulatory requirements. Offerors are required to propose comprehensive coefficients that encompass all non-pre-priced costs, including those related to bonding, mobilization, cleanup, safety, and compliance. The coefficients should account for potential risks and contingencies, such as subcontractor performance and unanticipated project complexities. Key date: Submission deadline for proposals is strictly set as stated in the solicitation, with late submissions not being considered. Evaluation of proposals will heavily weigh the accuracy and detail of the proposed coefficients, with bonus points awarded for innovative approaches. The government reserves the right to clarify or request additional information from offerors during the evaluation process. This solicitation seeks experienced construction contractors capable of managing diverse tasks while adhering to stringent requirements, with the potential for multiple awards being issued.
    The primary objective of this procurement is to obtain coefficients for calculating costs associated with various construction tasks and services, required by the government for a specified project. These coefficients will serve as a means to determine the pricing for work performed during unusual hours and will encompass a wide range of expenses. Offerors are expected to provide a detailed methodology for developing these coefficients, addressing issues like project size variations, complexity, location, and providing narratives and mathematical models to support their accuracy. The coefficients must cover all non-pre-priced unit costs, encompassing bonding, waste management, mobilization, and contract close-out expenses. Additionally, they should account for compliance with safety and environmental regulations, insurance, and subcontractor costs, among other things. This comprehensive approach ensures that all essential costs are considered and factored into the final pricing. Key dates are outlined in the solicitation, requiring offerors to submit their proposals by a specified deadline. The government reserves the right to request additional cost or pricing data if deemed necessary for a fair evaluation.
    The primary objective of this procurement is to obtain cooperative vendors who can provide comprehensive construction services, focusing on covering all non-pre-priced costs. This aims to ensure that the government entity has the necessary resources for various construction projects. The vendors will be required to propose coefficients that encompass numerous construction-related expenses, including bonding costs, waste management, mobilization, and environmental compliance. These coefficients should account for the total contract value and individual task orders. The scope of work entails meeting specific construction requirements outlined in the UPB (Unit Price Book), with an emphasis on flexibility and adaptability. Vendors will be responsible for accurately estimating these costs and providing detailed justifications for their calculations. The government reserves the right to verify the pricing data, emphasizing fairness and reasonableness in the evaluation process. Key dates include the submission deadline for proposals, with the government entity expecting efficient cooperation and timely responses. The evaluation of proposals will heavily weigh the accuracy and detail of the offered coefficients, assessing the vendors' understanding of the required construction services.
    The government agency seeks a contractor to undertake two notional task orders. The first involves renovating a community center, encompassing various construction tasks and the second focuses on removing a concrete eyebrow structure. The solicitations emphasize detailed price proposals and work processes for each task, requiring comprehensive planning and scheduling. Offerors are expected to demonstrate their ability to manage concurrent work processes, covering construction, procurement, and material submissions. Emphasis is placed on adhering to critical path schedules, with completion dates specified for each task. This information is provided to help bidders understand the work scope and manage expectations. The agency encourages bidders to consider the terms and conditions mentioned in the full solicitation when preparing their proposals. These notional tasks are fictional scenarios for bidders to base their proposals on.
    The government aims to renovate two rooms, Multipurpose Room 221 and Kitchen Room 203, in Building 5124 at Dugway Proving Ground, Utah. The primary focus is on upgrading mechanical, electrical, and architectural aspects. This involves installing new VAV units, diffusers, and return grilles for ventilation; dimmable LED lighting fixtures; and a sophisticated communications system with TVs, a projector, and audio equipment. Architectural changes include new drywall, flooring, and ceiling finishes, along with upgraded cabinets, appliances, and architectural features for improved functionality and aesthetics. The RFP seeks contractors to execute these renovations while adhering to specific technical requirements and timelines. Key dates and evaluation criteria are outlined in the document, directing prospective bidders to submit detailed proposals.
    The government seeks to upgrade a community center, primarily focusing on renovating its kitchen and multimedia capabilities. The objective is to install new cabinets, appliances, and an overhead projector for the kitchen and community rooms. The RFP includes detailed plans for kitchen fixtures, appliance locations, and cabinet schedules. Demolition and removal of existing partitions, light fixtures, and air terminals are also outlined. Vendors will need to supply and install new ceiling speakers and a 20-volt amplifier for the community rooms, as well as provide plenum-rated cables for ceiling areas. Additionally, the project involves replacing old HVAC diffusers and air terminals. Key dates are not explicitly mentioned, and evaluation criteria are only briefly touched on, referring to existing drawings and specifications. This procurement appears to be a mix of firm requirements and flexible solutions, with some design freedom allowed for vendors. The contract value is not provided in the files.
    The government seeks a contractor to demolish and remove concrete eyebrows from Building 5230 in English Village, Dugway Proving Ground. The work involves saw-cutting the concrete, back-gouging rebars, filling holes, and treating and painting exposed surfaces. The contractor must follow strict safety and health guidelines due to toxic materials, with epoxy grout and low-VOC paint specified. They will also be responsible for salvaging materials as directed. The SOW requires the contractor to arrange for minimal disruptions to existing systems and utilities on-site and adhere to strict permit processes for excavation and hot work. The requested submissions include product data, samples, and closeout documents. Key dates and evaluation criteria are missing from this excerpt. However, the procurement's primary focus is on the detailed requirements for the demolition and removal work, as well as safety protocols.
    The Corps of Engineers, U.S. Army, seeks to procure detailed engineering drawings and specifications for a comprehensive construction project. The primary focus is on reinforcing and renovating existing structures, involving tasks such as wall reinforcement, roof modifications, and floor elevations. The drawings provide detailed instructions for contractors, covering aspects like lintel details, tunnel ventilation systems, and acoustic tile installations. Specific materials mentioned include steel, wood strips, and rigid insulation, to be used in accordance with precise measurements and specifications. The project holds critical dates, with some drawings being approved in March 1951. This information is crucial for interested vendors to understand the scope and requirements before submitting proposals.
    The Corps of Engineers, U.S. Army, seeks to procure detailed structural drawings and specifications for a two-floor building. The primary focus is on framing and reinforcement details. Drawings include plans for stair slabs, column reinforcement, and floor slabs with specific reinforcement patterns. The drawings are precise, indicating dimensions, materials, and construction requirements. Key dates include a submission deadline in March 1951. This information is conveyed through various drawing sheets, graphs, and notes on the requirements and responsibilities of the contractors.
    The Corps of Engineers' RFP primarily seeks detailed framing plans for a two-story building. The focus is on roof framing, specifying beam and joist dimensions, reinforcement details, and column scheduling. It requires a thorough understanding of structural engineering, mentioning continuous stirrups, end spacing, and specific steel sections. The scope involves detailed drawings for roof drain sleeves, hatchways, and column framing, with measurements and notes on drainage pipes. Key dates include a submission deadline of March 21st, 1951, and the project seems to be part of a larger Army facility development, requiring approval from the Corps of Engineers and the Army Chemical Corps. The evaluation of proposals will likely prioritize accurate and detailed submissions that adhere to the stringent structural requirements outlined. This RFP is a technical endeavor, indicating a specialized procurement need within the government.
    The government seeks to construct or renovate a Child Development Center/Community Center at Dugway Proving Grounds in Utah. This comprehensive project involves multiple aspects, primarily centered around architectural modifications and enhancements. The main procurement objectives include extensive interior modifications such as adding shelving, cabinets, and partitions, as well as new flooring, insulation, and electrical work. Numerous specific work areas and rooms are detailed, such as learning centers, storage rooms, offices, classrooms, and toilet blocks, each with precise dimensions and requirements. The project also entails constructing a kitchen with specific equipment and a multi-purpose community space. Contractors will need to adhere to stringent technical specifications, including STC ratings for soundproofing and specific dimensions and materials for various fixtures and fittings. The scope of work encompasses all necessary labor, materials, and equipment to realize the designed modifications, with a focus on creating functional spaces for the center's intended purposes. Key dates and evaluation criteria were not explicitly mentioned in the provided information. This project represents a significant undertaking, and contractors will likely be expected to demonstrate their ability to deliver high-quality workmanship within a defined schedule.
    The government seeks a contractor for a Job Order Contract (JOC) related to real property maintenance, repair, and construction projects at Dugway Proving Ground (DPG), Utah. The objective is to procure efficient facility management and construction services through a single IDIQ contract with a mandatory one-year base period and four optional years. The JOC covers a broad range of tasks, including industrial, commercial, and institutional facility maintenance, with a maximum contract value of $60 million over five years. The contract envisions a high volume of task orders, emphasizing the need for an effective management system. Offerors must demonstrate their understanding of JOC operations and provide a comprehensive management plan. The evaluation will focus on their ability to manage the overall contract, estimate task order costs, and meet tight timelines. The government will assess proposed staffing levels, requiring key personnel such as a project manager, superintendent, quality control manager, and site safety and health officer. Volume III is dedicated to past performance evaluation, with a confidence assessment based on the offeror's history of relevant contracts. The government will consider efforts from the past six years, including those as a prime or major subcontractor, with a particular focus on projects involving military installations and occupied buildings. The pricing strategy revolves around a coefficient system, where contractors develop coefficients for normal working hours, other than normal working hours, and non-pre-priced items. The coefficients will be applied to task order estimates, incorporating various costs and a profitability factor. Key dates include a site visit conference on July 10th, 2024, and a proposal submission deadline of 3:00 PM MST on August 14th, 2024. The government intends to award the contract based on initial proposals, with no discussions, to the offeror providing the best value.
    The primary objective of this Job Order Contract (JOC) is to procure construction and repair services for various real property projects at the USAG Dugway Proving Ground. The scope entails a wide range of tasks, including renovations, repairs, and new construction for facilities like administrative buildings, maintenance shops, and fire sprinkler systems. The contract is designed to handle a broad spectrum of construction work, with a focus on flexibility and rapid response to changing needs. Contractors will be required to submit detailed proposals in response to Request for Task Order Proposals (RTOPs), using a provided electronic cost planning software. The proposals should include project schedules, estimated costs, and other specific details. The government will negotiate with the contractor regarding the scope, costs, and schedules before issuing individual task orders. Key personnel, such as a Program Manager and Quality Control Manager, will be designated by the contractor, requiring government approval. These individuals will oversee the work and ensure compliance with contract requirements. The contractor must also submit detailed plans for quality control, site safety and health, accident prevention, and management. These plans will be crucial in guiding the work and ensuring adherence to safety and quality standards. The contract operates on a firm-fixed-price, indefinite-delivery, indefinite-quantity basis, with individual task orders being priced based on pre-established coefficients and unit prices. The estimated value of the contract suggests a substantial opportunity for successful bidders. Critical dates vary based on the value of the task orders, with proposals required within 7 to 21 days of receiving the RTOP. Contractors must be prepared to commence work promptly upon award of a task order. To ensure timely progress, the government will closely monitor and evaluate the contractor's performance.
    The Dugway Proving Ground seeks a single firm for an IDIQ Job Order Contract (JOC) for real property maintenance, repairs, and construction projects. The goal is efficient management and execution of various tasks through a four-year base period, with three one-year options to extend. The JOC focuses on commercial and institutional building construction, offering a flexible approach to managing facility needs. The government requires detailed proposals outlining how offerors would staff and manage the contract, demonstrating an understanding of JOC operations and mobilization. Two key subfactors drive the technical evaluation: staffing and notional task order requirements. The former must include key personnel like project managers, superintendents, and safety officers, with evaluations based on the effectiveness of the proposed hierarchy and ability to handle fluctuating workloads. The latter assesses offerors' responses to fictional scenarios, ensuring their capacity to plan and execute tasks within deadlines. Past performance confidence assessment will gauge the likelihood of successful contract execution, considering recent and relevant work history. The evaluation emphasizes business relations, management efficiency, quality, schedule adherence, and customer satisfaction. Offerors must submit pricing details using specified software, including coefficient rates for various contract line items (CLINs). The government will assess prices against other factors, with the option to conduct negotiations or award without discussions. Proposals are due by July 31st, 2024, with critical dates including pre-proposal conferences and site visits in July. Evaluations will be based on specified criteria, with technical acceptability, past performance, and price as key determining factors.
    The Dugway Proving Ground's Job Order Contract (JOC) seeks to procure construction and related services through a series of upcoming projects. The primary focus is on obtaining comprehensive construction solutions, with an emphasis on the involvement of small businesses, as several email signatures suggest joint ventures or specific certifications like the 8a Joint Venture. The scope of work encompasses a wide range of construction tasks, likely to be dictated by specific job orders. This is indicated in the sign-in roster, which includes various construction companies and their contact details. While the contract details remain obscure, the RFP seems to offer opportunities for multiple contractors, with an estimated value depending on the specific job orders. The critical dates and evaluation criteria are unclear from the provided information. However, it appears there may have been an Industry Day event for further clarification, and submissions or registrations closed with the signing of the roster. The procurement objective is directed towards obtaining flexible construction support, emphasizing the need for a responsive and diverse range of contractors to fulfill varying job requirements.
    The government seeks a comprehensive project schedule and associated professional services for a construction contract. The scheduling software must adhere to specific requirements, with Primavera P6 preferred. The scheduler must possess expertise in CPM scheduling principles. The contract emphasizes the preparation and regular updates of the project schedule, outlining detailed submission procedures and requirements. This includes milestones, calendars, and constraints, with particular attention to government activities and procurement processes. Contractors are expected to submit a preliminary schedule within 15 days of the notice to proceed, followed by an initial schedule within 42 days. Regular periodic updates are mandatory, along with narrative reports analyzing schedule output and addressing any challenges. The contract stipulates strict rules regarding activity durations, leads, lags, and start-to-finish relationships. It also outlines procedures for requests of time extensions and recovery plans in case of delays. Furthermore, the contract requires a wide range of submittals, including preconstruction submittals, shop drawings, product data, samples, design data, test reports, and operation and maintenance data. These submittals are subject to approval processes and specific formatting guidelines. Contractors must submit these documents concurrently with the project schedule. The government will strictly enforce compliance with the specified timelines and requirements.
    The procurement objectives outlined in this file pertain to a range of services required for maintaining and managing a dispersed collection of facilities. The focus is on contracting out specialized services, with the work scope divided amongst various locations. The English Village, Avery Area, Carr Facility, Ditto Area, and Baker/Life Sciences Test Facility each represent distinct sites with their own sets of maintenance and support needs. The procurement seeks a versatile set of solutions covering a spectrum of tasks, leveraging a percentage-based work distribution model. While the file provides distance and percentage allocations for each area, it would be beneficial to have more detailed information on the specific services required at each location and any unique specifications or challenges they present. The absence of such details makes it difficult to pinpoint the exact nature of the specialized services sought. This information would likely be crucial for prospective vendors to tailor their proposals effectively.
    The state of Utah is seeking contractors for building construction projects in Tooele County. The focus is on various skilled trades, with detailed wage rates specified for each craft. This includes carpenters, electricians, elevator mechanics, painters, plumbers, and sprinkler fitters, among others. The work involves new construction, with specific requirements and rates outlined for each trade. The project is subject to labor regulations, including minimum wage requirements and paid sick leave mandates for federal contractors. The procurement aims to engage specialized subcontractors for the construction of buildings, emphasizing compliance with prevailing wage laws and providing a clear framework for contractor selection. Key dates include publication and modification timelines, with decisions expected around January 2024.
    The government of Utah has issued a general decision outlining wage rates for various construction and labor classifications. This decision applies to heavy construction projects in Salt Lake and Tooele Counties. The rates are mandated by Executive Orders 14026 and 13658 for contracts entered into or renewed on or after January 30, 2022, ensuring fair minimum wages for workers. The order also outlines paid sick leave requirements for federal contractors, in accordance with Executive Order 13706. The decision aims to provide clarity on wage determinations and appeals processes, focusing on Davis-Bacon Act contracts. It contains a comprehensive list of classification abbreviations and their corresponding wage rates, with provisions for adding unlisted classifications after award. Key dates are mentioned for wage adjustments and survey completions, ensuring compliance with the latest rates. This procurement seeks to establish fair and transparent wage practices for construction projects in the specified Utah counties.
    The government seeks to procure construction services for highway projects in Utah's Salt Lake and Tooele Counties. The focus is on various tasks, including concrete work, electrical wiring, stripping, and sign installation. The RFP outlines a comprehensive list of labor rates for specific roles, ranging from power equipment operators to truck drivers, with potential additional classifications added after award. The contracted work must adhere to the Davis-Bacon Act, mandating specific minimum wage rates adjusted annually. Key dates and deadlines are mentioned, although specific timeline details are absent. The procurement process evaluates proposals based on predetermined criteria, likely including cost and compliance with labor regulations. Notably, the project is subject to Executive Orders 14026 and 13658, which set minimum wage requirements for contractors.
    Similar Opportunities
    Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army's Mission and Installation Contracting Command, is seeking qualified small businesses for a Sources Sought Notice regarding a Job Order Contract (JOC) at Fort Moore, Georgia. The procurement aims to establish a Firm-Fixed-Price, Indefinite Delivery Indefinite Quantity contract for various construction and maintenance tasks, including repair, maintenance, demolition, and minor construction across multiple facilities, with a total estimated value between $25 million and $100 million over a five-year period. This opportunity is critical for supporting the Department of Public Works and ensuring compliance with federal, state, and local regulations during project execution. Interested firms must submit their capability statements by 12:00 PM Central Daylight Time on October 30, 2024, to the designated contacts, Deidra Hicks and Christopher Weber, via the provided email addresses.
    Rheinland-Pfalz Germany Construction Job order Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Europe District, is seeking contractors for the Rheinland-Pfalz Germany Construction Job Order Contract (JOC), which will encompass various construction and maintenance services in the Rheinland-Pfalz region. The contract will be a Firm Fixed Price (FFP) Indefinite-Delivery, Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) with a total ordering capacity of up to $80 million over a five-year period, addressing tasks such as building renovations, road repairs, and environmental work. This opportunity is significant for contractors specializing in commercial and institutional building construction, as it allows for a flexible approach to task orders ranging from $2,000 to $5 million. Interested parties should monitor the SAM.gov website for the anticipated solicitation release in November 2024 and can contact Bjorn T. Hale at bjorn.t.hale@usace.army.mil for further inquiries.
    Italy Construction Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Europe District, is preparing to solicit proposals for the Italy Construction Job Order Contract (JOC), aimed at providing construction and maintenance services across various U.S. facilities in Italy, including Aviano, Livorno, and Vicenza. The contract will encompass a range of services such as real property repair, environmental work, asbestos abatement, and general construction, with task orders valued between $2,000 and $5,000,000, and a total contract ceiling of $49,000,000 over a five-year period. This unrestricted procurement is critical for maintaining and enhancing U.S. military infrastructure in Italy, and interested contractors should monitor the SAM.gov website for the anticipated solicitation release in November 2024. For further inquiries, contact Shawna West at shawna.m.west@usace.army.mil or by phone at 0114961197442340.
    BENELUX Construction Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Europe District, is seeking contractors for the Benelux Construction Job Order Contract (JOC), which will encompass various construction and maintenance services in Belgium, the Netherlands, and Luxembourg. The contract will be a Firm Fixed Price (FFP) Indefinite-Delivery, Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) with a total ordering capacity of up to $30 million over a five-year period, addressing tasks such as real property repair, environmental work, and general building renovations. This opportunity is significant for supporting the international military community, including NATO facilities, and will allow for task orders ranging from $2,000 to $5 million. Interested contractors should monitor the SAM.gov website for the anticipated solicitation release around November 2024 and can contact Contract Specialist Shanda Weekes at shanda.weekes@usace.army.mil or Contracting Officer Bjorn T. Hale at bjorn.t.hale@usace.army.mil for further information.
    Baden-Wurttemberg Germany Construction Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Europe District, is seeking contractors for the Baden-Wurttemberg Germany Construction Job Order Contract (JOC), which will encompass a range of construction and maintenance services in Germany. The contract will involve real property repair, environmental work, asbestos abatement, and general construction services, with task orders expected to range from $2,000 to $5,000,000, and a total contract ceiling of $30,000,000 over five years. This procurement is crucial for maintaining U.S. Government facilities in the Baden-Wurttemberg region, including USAG Stuttgart and associated sites. Interested contractors should monitor the SAM.gov website for the anticipated solicitation release in November 2024 and can contact Bjorn T. Hale at bjorn.t.hale@usace.army.mil for further inquiries.
    USACE SPK Design-Bid-Build (DBB) Construction – F-35 East Campus Infrastructure – Hill AFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Sacramento District is preparing to solicit a Design-Bid-Build (DBB) contract for the construction of utility infrastructure systems at Hill Air Force Base (AFB) in Utah. This project encompasses the construction of various facilities, including taxiways, roadways, pump houses, and upgrades to utility systems such as water, sewer, and electrical distribution, all adhering to Department of Defense Unified Facilities Criteria. The anticipated contract, valued between $100 million and $250 million, is expected to be awarded as a firm-fixed-price Single Award Task Order Contract (SATOC) with a capacity not to exceed $115 million, with proposals due by January 14, 2025. Interested contractors should register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to participate, and they can contact Natalia Gomez or Michelle Spence for further inquiries.
    USACE SPK Design-Bid-Build (DBB) Construction - Plating Shop Renovation – HAFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project to renovate the Plating Shop at Hill Air Force Base (HAFB) in Utah. The project involves extensive renovations to existing facilities, including modernizing plating processes and ensuring compliance with current environmental and safety standards, with a performance period of approximately 1,085 calendar days following the notice to proceed. This renovation is critical for supporting the depot aircraft maintenance mission and will be funded through Sustainment Repair and Maintenance (SRM) funds, with an estimated contract value between $100 million and $250 million. Interested contractors should prepare for a solicitation expected to be released around September 30, 2024, and must register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to submit proposals.
    USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) Lot 4 Open Storage, Hill Air Force Base, Utah.
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking construction services for an open storage facility at Hill Air Force Base, Utah. The facility will consist of asphalt and concrete pavement, loading ramp and dock, administrative office, and site improvements. The estimated construction cost is between $10,000,000 and $25,000,000. Small business firms are encouraged to submit capability statements. The potential requirement may result in a solicitation issued in February 2024, with an estimated completion time of 425 calendar days.
    Bavaria Germany Construction Job Order Contract (JOC
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Europe District, is seeking contractors for a Firm Fixed Price Indefinite-Delivery, Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) for construction services in Bavaria, Germany. The scope of work includes real property repair, maintenance, environmental work, asbestos abatement, and general construction services, with task orders ranging from $2,000 to $5,000,000, and a total contract ceiling of $95,000,000 over five years. This contract is crucial for maintaining U.S. military facilities and infrastructure in the region, with specific sites including various U.S. Army garrisons in Bavaria. Interested contractors should monitor the SAM.gov website for the anticipated solicitation release in November 2024 and can contact Bjorn T. Hale at bjorn.t.hale@usace.army.mil for further information.
    Poland Construction Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers Europe District, is seeking contractors for the Poland Construction Job Order Contract (JOC), anticipated to be issued in November 2024. This procurement involves a Firm Fixed Price Indefinite-Delivery, Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) with a total ordering capacity of up to $35 million over five years, focusing on real property repair, maintenance, and construction services across various locations in Poland, including Zagan, Powidz, and Poznan. The work will encompass general building renovations, road repairs, and environmental services, with task orders ranging from $2,000 to $5 million. Interested contractors should monitor the SAM.gov website for updates and are encouraged to contact Shawna West at shawna.m.west@usace.army.mil for further information.