Similar Projects
Ocoee Middle School - Gym Bleacher Cleaning
Term Contract
Design
Cleveland, TN 37311

KR Harrington Water Treatment Plant Filter Supplies
Term Contract
Design
Nashville, TN 37214

RFQ - Professional Services - Improvements to Water and Wastewater Systems
Term Contract
Bidding
$4,190,000 CJ est. value
Pulaski, TN 38478

RFQ Engineering - Engineering Professional Services for Improvements to Drinking Water, Wastewater, Storm Water Infrastructure Systems
Infrastructure
Bidding
$400,000 CJ est. value
Centerville, TN 37033

Wastewater Service - Sewer Service to the Inhabitants of Kingston Springs
Term Contract
Sub-Bidding
Kingston Springs, TN 37082

Trash Removal Services
Term Contract
Sub-Bidding
Memphis, TN 38103

Security Cameras (TCAT Memphis)
Term Contract, Alteration
Post-Bid
Memphis, TN 38105

Architects - On-Call Services
Term Contract
Post-Bid
TN

HVAC Services at Montgomery Village
Term Contract, Alteration
Results
Knoxville, TN

Provide Odor Control Services
Term Contract, Alteration
Results
Chattanooga, TN

Framing and Finish Materials for the Construction Technology Building Projects for the 2022-2023 School Year
Term Contract
Design
Cookeville, TN 38501

On-Call Pavement and Concrete Restoration
Term Contract
Sub-Bidding
Jackson, TN 38301

Sewer Cleaning Services
Term Contract, Infrastructure
Post-Bid
Memphis, TN

Traffic Signal and Electrical Maintenance
Term Contract, Infrastructure
Results
Murfreesboro, TN

Bathroom Partitions
Term Contract
Design
Union City, TN 38261

Last Updated 03/07/2023 12:02 AM
Project Title

FY22 USACE Nashville District Design-Build and Design-Bid-Build Multiple Award Task Order Contract (MATOC)

Physical Address View project details and contacts
City, State (County) Nashville, TN 37219   (Davidson County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Design-Build Firm to Subcontract, Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $24,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Mar 06, 2023 Contract Award Number: W912P523D0010 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: WXBKMQ8RLLB5 Contractor Awarded Name: UNDERWATER MECHANIX SERVICES LLC Contractor Awarded Address: Jacksonville, FL 32218-3922 USA Base and All Options Value (Total Contract Value): $24,000,000.00 The U.S. Army Corps of Engineers, Nashville District is seekign up to four small business in this competition for construction projects w ithin the boundaries of the Nashville District. The NAICS for the prototype project is 237990 (Other Heavy and Civil Engineering Construction), w hich has a size standard of $39.5M. This acquisition is set aside for 100% small business firms. The Government is using a tw o-phase procurement approach for D/B/B or D/B. Aw ard w ill be in accordance w ith the evaluation criteria contained w ithin Section 00 22 16 of this Request for Proposal (RFP), and based upon a sample project scope of w ork provided in Phase II. The magnitude of the sample project is betw een $1 million and $5 million. The magnitude of the projects to be offered as task orders under the resulting contracts w ill vary. The total combined capacity of all contracts to be aw arded from this solicitation is $24 million. Note: Complete information in Block 11 w ill be provided on a Task Order basis. Scope of Work Approximately 1,500 linear feet of streambank is to be armored along the right descending bank of the channel. The purpose of this armoring is to provide a cost-effective means to prevent the failure of the adjacent roadway, utilities and buildings due to ongoing erosion. The preferred solution is to riprap the bank. Armoring should typically be placed between Elevations 370' - 380' (top) and Elevation 350' (bottom), keying in the riprap at the toe. However, where the existing bank slope is over-steepened, the riprap should not be keyed in at the bottom but extended all the way down to Elevation 320' - 330' (or bedrock outcrops where present). Riprap layer thickness is to be at least 2', and the top stone size is 16". Well graded riprap should not be placed steeper than 2H:1V and should include geotextile drainage layer between the armoring and the loose alluvial soils on the existing surface. Additional consideration is necessary to ensure near the top of the slope that geotextile is implemented such that runoff is not able to erode a path behind the geosynthetic causing a loss of contact between the filter and the armoring. The geotextile should be terminated at Elevation 350' due to constraints with the river elevation. Work will also include clearing and grubbing of existing trees and debris. Bare areas above the riprap are to be seeded. *Note: A bid schedule for the sample project will be provided in the Phase II amendment after contractors have been selected for further participation from Phase I. *Note: Aerial maps, plans, survey data will be provided for sample project within Phase II amendment. TO EVALUATION CRITERIA TASK ORDER (TO) EVALUATION CRITERIA: Prototype Project: The prototype, or sample, project for the MATOC solicitation will NOT be awarded as a task order under the basic contract. Its sole use is to provide a means to evaluate an offeror's proposal for sourceselection purposes. Future Projects: When work under this MATOC arises, a Request for TO Proposal (RFTOP) letter will be issued to all participants in the MATOC pool that have maintained satisfactory performance. The RFP will specify construction performance requirements, the schedule for a site visit, and requirements for proposal submission. The RFP will include such documents as technical specifications, drawings, data, attachments, DOL Wage Determinations, and a statement of work. Task orders will be competed among the MATOC pool or negotiated on a sole source basis. The circumstances justifying a sole source procurement are described below. Competed task orders will be awarded based on the lowest, responsive price received. Whenever possible, task order awards will be made without discussions. If it is determined that discussions are necessary, the Contractor(s) may be required to revise and resubmit their proposals. Task orders will be firm fixed-price with a performance period specified therein. Task orders will be awarded by a federally appointed Contracting Officer (CO) and administered by a federally appointed Administrative Contracting Officer (ACO). Sole Source Task Orders: All MATOC contractors will be given a fair opportunity to submit a proposal on projects unless the Contracting Officer determines that a sole source procurement is in the best interest of the Government. Sole source procurements will be negotiated as necessary to arrive at a fair and reasonable price. Some conditions resulting in a sole source procurement are as follows: o Solicitation is competed and all proposals are above the awardable range. o An urgent need exists and seeking competition would result in unacceptable delay.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents