Oklahoma Bids > Bid Detail

Y--Synopsis: US EPA Construction IDIQ, Ada, OK

Agency: ENVIRONMENTAL PROTECTION AGENCY
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159150923714963
Posted Date: Dec 6, 2022
Due Date: Dec 21, 2022
Solicitation No: 68HERC22R0039
Source: https://sam.gov/opp/3e18c47730...
Follow
Y--Synopsis: US EPA Construction IDIQ, Ada, OK
Active
Contract Opportunity
Notice ID
68HERC22R0039
Related Notice
68HERC22R0039
Department/Ind. Agency
ENVIRONMENTAL PROTECTION AGENCY
Sub-tier
ENVIRONMENTAL PROTECTION AGENCY
Office
CINCINNATI ACQUISITION DIV (CAD)
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 06, 2022 11:05 am EST
  • Original Response Date: Dec 21, 2022 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    US Environmental Protection Agency , OK 74820-9775
    USA
Description
Robert S. Kerr Environmental Research Center – Region 6 Laboratory Consolidation Construction Project, Ada, Oklahoma

The U.S. Environmental Protection Agency (EPA) has a construction requirement for construction and/or renovations at its Robert S. Kerr Environmental Research Center, 919 Kerr Research Dr, Ada, OK 74820. Specific requirements will be identified in written task orders issued by the Contracting Officer under an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract.
This acquisition is being conducted as a competitive 8(a) set-aside limited to responsible 8(a) firms in accordance with section 8(a) of the Small Business Act and FAR Subpart 19.8. An award will be made in accordance with FAR parts 15 and 36.

In accordance with design documents, construction is expected to be accomplished in eight (8) phases over a multi-year period. The attached Draft IDIQ Statement of Work document contains a broad description of the requirement. Planned phases and work include:
1. Demolition; 2. Laboratory Upgrades; 3. Mechanical/Electrical/Plumbing Upgrades; 4. New Café; 5. New Laboratories; 6. Fire Protection; 7. HVAC and Controls; 8. Roof Replacement; 9. Window Replacement; 10. New Restrooms; 11. Office and Conference Room Renovation

Award of a single, 10-year, indefinite-delivery, indefinite quantity (IDIQ), fixed-price task order contract is anticipated. Specific requirements will be identified in written task orders issued by the contracting officer. In addition to price, the Government’s evaluation of proposals will include an assessment of each offeror’s technical capability and past performance. Technical capability will be evaluated on the following subfactors: 1. Key Personnel, 2. Management Approach, 3. Corporate Experience, 4. Projected First Task Order and Task Order 2. The Past Performance evaluation factor will require offerors to submit a past performance questionnaire for each project that offeror details for its (3) Corporate Experience subfactor. All non-price evaluation factors, when combined, will be approximately equal in importance to price. It is anticipated the solicitation will specify a minimum order amount of $25,000.00 and a maximum order amount of $30,000,000.00 over the life of the contract.

The government intends to evaluate proposals and make award without discussions. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, which has a size standard of $39.5M. This requirement is set-aside for 8(a) small businesses. All responsible and capable 8(a) firms assigned NAICS code 236220 are eligible to submit offers. Businesses that fail to meet these requirements are not eligible for award.

A pre-proposal conference, including organized site visit, will be conducted at the Robert S. Kerr Environmental Research Center, located in Ada, Oklahoma. The site visit is anticipated to be scheduled for approximately 7 days after the release of the RFP. Registration will be made through the point of contact identified in the RFP by the specified date and time designated in the RFP in order to attend the conference/site visit. Requests to attend the conference/site visit received after the deadline specified in the RFP may not be honored.

It is anticipated the solicitation, including IDIQ Statement of Work, will be posted on the www.fedconnect.net website on or about January 3, 2023. No hard copies will be available. The point of contact for this requirement is Greg Forrest, Contract Specialist, who can be reached at 513-487-2011, or Forrest.Greg@epa.gov. Email preferred.
Attachments/Links
Contact Information
Contracting Office Address
  • 26 WEST MARTIN LUTHER KING DRIVE
  • CINCINNATI , OH 45268
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >