PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
ID: W912P624R0010Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST CHICAGOCHICAGO, IL, 60604-1437, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana

    The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00.

    The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding.

    The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks.

    The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price.

    Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024.

    To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil.

    The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Chicago Harbor Shorearm Extension and Breakwater, Chicago Illinois
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Chicago District, is seeking qualified small business contractors for the Chicago Harbor Shorearm Extension and Breakwater project in Chicago, Illinois. The project involves essential repairs to existing exterior and shorearm extension breakwaters to stabilize these structures and ensure safe passage for vessels entering and exiting the harbor. This construction effort is critical for maintaining the functionality of the harbor and is estimated to cost between $5 million and $10 million. Interested bidders can expect the solicitation package to be available on the Procurement Integrated Enterprise Environment (PIEE) in November, with a response period of 30 days. For inquiries, contact Kyle Smith at (312) 846-5370 or via email at kyle.d.smith@usace.army.mil, referencing Solicitation Number W912P624B0015.
    VILLAGE OF MATTESON WATER MAIN REPLACEMENT PHASE II, MATTESON, COOK COUNTY, ILLINOIS (USACE ACQUISITION)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Chicago District, is soliciting bids for the Village of Matteson Water Main Replacement Phase II project in Cook County, Illinois. This project involves the installation of approximately 1,050 linear feet of new 8-inch Ductile Iron watermain, along with storm sewer replacement, installation of residential services, valves, and necessary asphalt and paving restoration. The total estimated cost for this construction project ranges between $1,000,000 and $5,000,000, and it is exclusively set aside for small business concerns, with a small business size standard of $45 million. Interested bidders must be registered in the System for Award Management (SAM) and submit their bids by the specified deadline, with inquiries directed to Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378.
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
    INVITATION FOR BID - Mississippi River Basin, Bay Island Drainage and Levee District No. 1, Mercer County, Illinois, 2023 Event PL84-99 Flood Repairs
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is inviting bids for flood repair work in the Bay Island Drainage and Levee District No. 1, located in Mercer County, Illinois, under solicitation number W912EK24B0007. This project, part of the PL84-99 program, aims to address flood damage from a 2023 event, requiring contractors to perform various construction tasks including mobilization, grading, and site restoration, with a completion timeline of 366 calendar days from the Notice to Proceed. The initiative underscores the importance of maintaining critical flood control infrastructure while promoting economic opportunities for Women-Owned Small Businesses, as this contract is set aside exclusively for such entities, with an estimated cost range between $5,000,000 and $10,000,000. Interested bidders must submit sealed bids by October 28, 2024, and direct any questions electronically via ProjNet by October 21, 2024; for further inquiries, they may contact Christopher McCabe or Ryan R. Larrison via their provided email addresses.
    Construction Requirements Contract
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE Defense Logistics Agency is seeking a Construction Requirements Contract for the repair or alteration of other warehouse buildings at DLA Distribution Susquehanna (DDSP), New Cumberland and Mechanicsburg PA Sites. The contract will be a five-year multiple award Indefinite Delivery Indefinite Quantity (ID/IQ) contract with a total combined contract value of $45,000,000. The work will include various construction/building related efforts such as industrial, recreational, general, alteration, maintenance, repair, design/build, and new projects. The contract will be set aside for small businesses, with reservations for Women Owned Small Business (WOSB), Service-Disabled Veteran Owned Business (SDVOSB), and Historically Underutilized Business Zone Business (HUBZone). The solicitation is expected to be issued on or around April 15, 2024, and the contract ordering period is anticipated to be from August 1, 2024, through July 31, 2029. The minimum ordering limitation per task order will be $3,500.00, and the maximum ordering limitation per task order will be $7,000,000.00. Task orders will generally range between $50,000.00 and $300,000.00. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov to be considered for award.
    Small business Architect-Engineer Multidiscipline Services IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is issuing a presolicitation notice for a Small Business Architect-Engineer (A-E) Multidiscipline Services Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total ceiling of $35 million. This procurement aims to award up to five task order contracts to small businesses, providing a range of design and engineering services to support Civil Works and Military Planning and Design programs, including project planning, feasibility studies, and construction phase services. The contracts will have a one-year base ordering period with four optional years and may include a six-month extension, with task orders ranging from a minimum of $100,000 to a maximum of $7.5 million. Interested parties should monitor for the electronic solicitation release on or around October 30, 2024, and may contact Joshua Craven at joshua.s.craven@usace.army.mil or Edward Boddie at Edward.A.Boddie@usace.army.mil for further information.
    183 CES Construct Tower Foundation
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, is seeking a construction service for the 183 CES Construct Tower Foundation in Springfield, Illinois. The service involves the construction of reinforced concrete foundations to support a truss type communications tower. The contract duration is 59 days, and the project is set aside 100% for Small Business. The NAICS code for this project is 236220, with a size standard of $45,000,000. Interested contractors are encouraged to attend the pre-bid conference and site visit. The tentative date for issuing the solicitation is late May 2024, and the bid opening date is tentatively scheduled for mid-late June. Interested offerors must be registered in SAM.gov to access the solicitation and associated information. The official plans and specifications will be available on the Contract Opportunities website.
    Pre-Solicitation: 63rd RD Region 1 (Arkansas and Oklahoma) Design-Build MATOC IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, is seeking qualified small businesses for a Design-Build Multiple Award Task Order Contract (MATOC) for renovation and construction projects in Arkansas and Oklahoma. The procurement aims to provide comprehensive construction services, including design, repair, and maintenance of various facilities, with a focus on high-quality standards across multiple trades such as carpentry, electrical, HVAC, and plumbing. This opportunity is significant for small businesses in the construction sector, with a maximum contract value of $15 million and a five-year ordering period, with work expected to be completed by September 29, 2025. Interested vendors should contact Francisco Arocho at francisco.j.arocho.mil@army.mil or Steven Bailey at steven.m.bailey2.civ@army.mil for further details, and the solicitation is anticipated to be issued within 15 days of this notice.
    Sources Sought - Vermilion Section 14
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting a sources sought notice for the "Vermilion Section 14" project, aimed at identifying small business concerns interested in participating in a future contract. The project involves a comprehensive survey and restoration of the streambank along Vermilion County Highway 21 in Illinois, including the installation of riprap and filter stone to stabilize the bank and prevent erosion. This initiative is crucial for maintaining the integrity of the Vermilion River, a designated wild and scenic river, and is expected to be completed within 180 calendar days, with an estimated contract value ranging from $1 million to $5 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must submit their responses by October 31, 2024, at 10:00 AM Eastern Time, to Adyson Medley at adyson.medley@usace.army.mil.
    FY 2024 IDIQ SATOC Atchafalaya Basin, Gulf Intracoastal Waterway (GIWW) and Miscellaneous Projects Cutterhead Dredge (OM24065)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking Other Heavy and Civil Engineering Construction services for the FY 2024 IDIQ SATOC Atchafalaya Basin, Gulf Intracoastal Waterway (GIWW) and Miscellaneous Projects Cutterhead Dredge (OM24065). This solicitation will be issued as an Invitation for Bid (IFB) and the resulting contract will be a firm fixed price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) with a ceiling of $40M. The work involves providing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and disposal of shoal material in various Dredging Regions. The solicitation will be available on the SAM website and bidders must maintain an active registration in the SAM database to be eligible for the contract award. For more information, contact Karen Hargrave at karen.d.hargrave@usace.army.mil or Christopher Nuccio at christopher.m.nuccio@usace.army.mil.