Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

IDIQ MACC SMALL BUSINESS SET-ASIDE FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF DRY UTILITIES CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS IN CA, AZ, NV, UT, CO, AND NM

Process Number N6247321R1216

USA

Dates:


Notice ID:

N6247321R1216

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NAVFAC SOUTHWEST

Office:

NAVFAC SOUTHWEST

General Information:


All Dates/Times are:

(utc-08:00) pacific standard time, los angeles, usa

Updated Published Date:

nov 04, 2021 07:49 pm pdt

Original Published Date:

0000-00-00 00:00:00

Updated Response Date:

dec 06, 2021 02:00 pm pst

Original Response Date:

dec 06, 2021 11:00 am pst

Inactive Policy:

manual

Updated Inactive Date:

dec 06, 2022

Original Inactive Date:

dec 06, 2022

Initiative:
  • None***--***

Classification:


Original Set Aside:

total small business set-aside (far 19.5)

Product Service Code:

y1nz - construction of other utilities

NAICS Code:

237130 - power and communication line and related structures construction

Description:


Original Set Aside:

**UPDATE: THE SOLICITATION HAS BEEN POSTED** Please visit the following website to obtain more details and to download the solicitation: https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=N6247321R1216 This procurement is for a multiple award construction contract (MACC) and is being advertised as a set-aside for Small Business (FAR 52.219-6) concerns. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award approximately five (5) or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction, renovation, and/or repair, by design-build or design-bid-build, of dry utilities construction projects at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that the majority of the work will be performed in California. Examples of relevant projects are dry utilities construction projects similar in scope to: electrical distribution systems, exterior lighting systems, controls (e.g. SCADA, relays), airfield lighting systems, communications and security systems, grounding systems, alternative energy structures (e.g. solar), and related work. Examples of related work is similar in scope to: digging trenches; laying cable, pipes and conduit; constructing manholes, concrete pads, and footings; and building structures that are integral parts of the utility systems (e.g., towers, substations, and enclosures). The North American Industry Classification System (NAICS) code is 237130 (Power and Communication Line and Related Structures Construction), and the annual size standard is $39.5 million. The basic contract period will be for two (2) years. Each contract contains one (1) option period of six (6) years for a total maximum duration of eight (8) years. The estimated maximum dollar value, including the base and option period, for all contracts combined is $495,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $300,000 and $20,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Technical Approach, Factor 2 - Experience, Factor 3 - Past Performance, and Factor 4 - Safety; Phase Two: Factor 5 - Technical Solution (based on Proposed Task Order 0001) and Factor 6 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used, and award may be made to the offeror(s) whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. No site visit will be held, and no pre-proposal conference will be conducted. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the System for Award Management (SAM) website under Contract Opportunities at https://sam.gov/content/opportunities on or about November 4, 2021. No hard copies will be provided. IT IS THE CONTRACTOR’S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A sources sought notice (N6247321RDRYU) for this procurement was posted on March 11, 2021, on the SAM website, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement as a 100% small business set-aside. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concur with this decision.

Attachments / Links:


Document Size Updated date Download

Contact Information:


1220 PACIFIC HIGHWAY

SAN DIEGO , CA 92132-5000

USA

Primary Point of Contacts:

Michelle Sanders