QA Services State of Florida
ID: W912EP-24-R-0011Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST JACKSNVLLEJACKSONVILLE, FL, 32207-0019, USA

PSC

INSPECTION- CONSTRUCTION, MINING, EXCAVATING, AND HIGHWAY MAINTENANCE EQUIPMENT (H338)

Set Aside

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

    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY, W074 ENDIST JACKSNVLLE, is seeking Quality Assurance Services for Civil Works Interagency and International Services (IIS) and Military Construction Projects in the state of Florida. The services include monitoring construction contractors' progress, documenting compliance, reviewing scopes of work, materials testing, and assessing construction compliance with plans and specifications. The contract will have a base year of 12 months and four option years. The solicitation will be issued on or about January 15, 2024, and interested vendors must register on the Contract Opportunities website to receive notifications.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    St. Francis Barracks Seawall, Shoreline Erosion Protection, CAP Section 14, St. Johns County Florida
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking services for the St. Francis Barracks Seawall, Shoreline Erosion Protection in St. Johns County, Florida. The project involves various construction tasks such as installing a gravel drain system, patching existing block voids/cracks, realigning granite capstone, repointing mortar joints, installing a concrete trench drain, filling soil voids, and performing archaeological monitoring. The estimated cost of construction is between $500,000.00 and $1,000,000.00, with a performance period of 240 calendar days. The NAICS Code is 237990, and the size standard is $39.5 million. The RFP is expected to be issued on or about March 15, 2022, with proposals due on or about April 14, 2022. Prospective contractors must be registered in the SAM database. This is a pre-solicitation notice and not a commitment by the Government.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    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.
    Comprehensive Everglades Restoration Program (CERP), Central Everglades Planning Project (CEPP), Contract 3B, S-355W Spillway Project, Miami-Dade County, Florida
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a contractor for the Comprehensive Everglades Restoration Program (CERP), Central Everglades Planning Project (CEPP), Contract 3B, S-355W Spillway Project in Miami-Dade County, Florida. The project involves excavation, dewatering, blasting, levee embankment repairs, and construction of a new spillway structure and associated sheet pile retaining walls. The new spillway structure will have a design capacity of approximately 1,200 cubic feet per second (cfs) with two bays with vertical lift roller gates, a control room, a service bridge, and a two-lane public access bridge. The project also includes lowering the existing levee crown elevation, installation of a cofferdam system, sheet pile retaining walls, rip rap slope protection, and monitoring platforms. The estimated period of performance is 1122 calendar days. The solicitation will be issued on or about April 5, 2024, with a response date on or about May 6, 2024. Interested vendors must register on the SAM.gov website to receive notification of any amendments to the solicitation.
    CENTRAL EVERGLADES PLANNING PROJECT (CEPP), SOUTH PHASE, CONTRACT 2A, S-356E PUMP STATION AND S-334E SPILLWAY PROJECT, MIAMI-DADE COUNTY, FLORIDA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking construction services for the CENTRAL EVERGLADES PLANNING PROJECT (CEPP), SOUTH PHASE, CONTRACT 2A, S-356E PUMP STATION AND S-334E SPILLWAY PROJECT in Miami-Dade County, Florida. The project involves the construction of a new levee system, pump station structure, spillway structure, and steel pile bulkhead wall. The estimated period of performance is 2548 calendar days. Interested vendors must register on the sam.gov website to receive notification of any amendments to the solicitation.
    Fort Johnson Vertical Constructon MATOC 8a Pool
    Active
    Dept Of Defense
    This is a Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY's W076 ENDIST FT WORTH office for a 100% Small Business 8(a) Set-Aside contract, targeting 8(a) firms nationwide. The procurement is for a Fort Johnson Vertical Construction Multiple Award Task Order Contract (MATOC) in Louisiana, with a focus on commercial and institutional building construction (NAICS code 236220). The contract aims to establish an IDIQ MATOC for up to five small businesses, with a shared capacity of $95M, primarily to support facilities construction and repair at Fort Johnson (formerly Fort Polk), though it may also support other USACE programs within the Southwestern Division. The construction program will involve various projects like police stations, flight control towers, and maintenance facilities, encompassing both Design-Build and Design-Bid-Build methods. The RFP is expected to be issued around April 29, 2024, and the contract will have a base period of seven years. Task orders will be issued as Firm Fixed Price or Fixed Price Incentive Firm, and each awardee will have a fair chance to compete for them. The minimum guarantee amount is $2,500, and contractors must adhere to Davis-Bacon Act wage and benefit requirements. Interested firms must be registered in SAM.gov and monitor the website for solicitation amendments.
    Y--Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the North Florida/South Georgia Area of Responsibility
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, Naval Facilities Engineering Command Southeast (NAVFAC SE) for a Design-Build (DB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) in the North Florida/South Georgia area. The contract is a total small business set-aside and will be awarded to approximately 5 contractors. The contract has a maximum value of $99,000,000 over the base year and four option periods. The work includes general construction projects such as aviation and aircraft facilities, marine facilities, barracks and personnel housing facilities, administrative facilities, warehouses and supply facilities, training facilities, personnel support and service facilities, security level facilities, and abatement and handling of hazardous/regulated materials. The source selection method is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. The solicitation will be available for download from FedBizOpps website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    SOURCES SOUGHT NOTICE FOR INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) DESIGN-BUILD (DB) AND DESIGN-BID-BUILD (DBB) FIRE PROTECTION MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is seeking qualified contractors for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Design-Build (DB) and Design-Bid-Build (DBB) Fire Protection Multiple Award Construction Contract (MACC) primarily focused on fire protection installation and repairs. The contract will encompass a range of services including the installation of fire suppression systems, fire alarm systems, and life safety system renovations across various states including Florida, Georgia, and Texas, with an anticipated total value of $99 million over a base year and four option years. Interested parties, particularly small businesses and those with specific certifications, must submit their qualifications and relevant project experience by 3:00 PM Eastern Time on September 5, 2024, to Matthew Abbott at the provided email address, ensuring all submissions adhere to the specified guidelines.
    $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.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004). The service being procured is the furnishing of one fully crewed and equipped self-propelled trailing suction type hopper dredge. This dredge will be used for dredging work in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, as well as areas of the Galveston and Mobile Districts, and other necessary areas. The estimated cost for this project is between $10,000,000.00 and $25,000,000.00. The solicitation will be issued on or about 19 February 2024, and interested vendors are encouraged to register on beta.SAM.gov. Offerers must be registered with the System for Award Management (SAM) to be eligible for a contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    MAINTENANCE DREDGING FORT PIERCE HARBOR 28-FOOT AND 30-FOOT PROJECTS & SHORE PROTECTION PROJECT FORT PIERCE BEACH RENOURISHMENT 2025, ST. LUCIE COUNTY, FLORIDA
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the maintenance dredging of Fort Pierce Harbor and the associated beach renourishment project in St. Lucie County, Florida. The project involves dredging beach-compatible material and constructing a beach berm along approximately 7,000 feet of shoreline, with specific environmental monitoring and compliance requirements. This procurement is crucial for maintaining navigational safety and coastal protection, with an estimated construction value between $10 million and $25 million. Interested vendors must register on SAM.gov to receive updates and submit bids by October 31, 2024, following the anticipated issuance of the Invitation for Bid on September 26, 2024. For further inquiries, contact William Wallace at william.j.wallace@usace.army.mil or Guesley Leger at guesley.leger@usace.army.mil.