Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

Y -- Wallops Multiple Award Construction (WMAC) II

Notice Date
4/22/2021 10:13:54 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC21R0028
 
Response Due
5/1/2021 1:00:00 PM
 
Archive Date
05/16/2021
 
Point of Contact
Michelle Delaney, Ayana Briscoe
 
E-Mail Address
michelle.a.delaney@nasa.gov, ayana.a.briscoe@nasa.gov
(michelle.a.delaney@nasa.gov, ayana.a.briscoe@nasa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) Wallops Flight Facility (WFF) plans to issue a Request for Proposal (RFP) for the Wallops Multiple Award Construction (WMAC) II contract. �This is an 8(a) competitive follow-on contract for the services provided under the WMAC Contracts NNG15WA56C, NNG15WA57C, NNG15WA58C, NNG15WA59C, NNG15WA60C, NNG15WA61C and NNG15WA62C. �The total value for all IDIQ contracts awarded is Not to Exceed $47.3M over a five year period. There is no yearly or per contractor limit except for the five year maximum; this will allow all contractors to be available for competition of future task orders until the cumulative ceiling is reached. Task orders will be firm fixed priced. The WMAC II contract will be utilized for new construction, modification, demolition or rehabilitation of facilities, varying from routine general construction to installation of complex special test or laboratory systems. It may include work on building interiors and exteriors, including, but not limited to structural, electrical, mechanical, environmental, and fire protection/detection. �It may also include civil site work, and both underground and surface site utility system work. �The Contractor shall furnish all materials, labor, equipment, management, coordination and quality control necessary for the performance of construction, modification, repair and rehabilitation of facilities at WFF and Langley Research Center (LaRC) and may also include work from other federal agencies, primarily National Oceanic and Atmospheric Administration (NOAA) and the Navy located at WFF. � The facilities consist of, but are not limited to, office buildings, shops, laboratories, highly technical research facilities, clean rooms, spacecraft & instrument test, integration and launch areas, aircraft hangars and active runways, storage areas, utility buildings, interior and exterior utility systems. �There will be no architect-engineer services performed under this contract. �It may include work on building interiors and exteriors, including, but not limited to structural, electrical, mechanical, environmental, and fire protection/detection. �It may also include civil site work, and both underground and surface site utility system work. � The Government does not intend to acquire a commercial item using FAR Part 12. This competitive procurement is anticipated to result in Multiple Award, Indefinite Delivery/Indefinite Quantity (IDIQ) Fixed Price contracts with a 5-year effective ordering period. This is a 100% set-aside for competition among firms certified by the Small Business Administration (SBA) as an 8(a) Small Business and serviced by the SBA Richmond Office. The NAICS Code is 236220 with a size standard of $39.5M annually. Specific projects will be defined in subsequently issued task orders and will vary in size, scope, and complexity. � One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. This solicitation is being offered for competition limited to eligible 8(a) participants. �Eligibility to participate may be restricted to 8(a) participants in either the developmental stage or the developmental and transitional stages.� Joint Venture Agreements: Joint Ventures (JV) are allowable on competitive 8(a) set-asides; however, the JV Agreement package or email notification of bid submittal by the JV must be received by the SBA prior to the proposal due date and the JV Agreement must be approved before award of any resulting contract. If you are contemplating a JV on this project, you must advise your assigned SBA Business Opportunity Specialist as soon as possible. It is also recommended that the agreement be submitted as soon as practical to ensure compliance with established regulations. For additional information, see 13 CFR � 124.513. The anticipated release date of the RFP is on or about mid- April 2021, with an anticipated offer due date of on or about mid May 2021. The firm date for receipt of offers will be stated in the RFP. This synopsis shall serve as the pre-solicitation notice for the Final RFP. All responsible sources may submit an offer which shall be considered by the agency. � NASA Clause 1852.215-84, Ombudsman, is applicable. The center Ombudsman for this acquisition is Joyce Winterton who can be reached at (757) 724-2685, E-Mail: joyce.l.winterton@nasa.gov.� The solicitation and any documents related to this procurement, with the exception of the specifications and drawings, will be available over the Internet. The process for obtaining the specifications and drawings will be identified with the issuance of the solicitation. These documents will be in Microsoft Office format and will reside on the beta.SAM.gov web site, which may be accessed using your browser application. Enter 80GSFC21R0028 in the Key Word/Solicitation Number search box to find the solicitation documents and any amendments. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for following the process identified in the solicitation for obtaining their own copy of the solicitation, specifications, drawings, and amendments (if any).� All contractual and technical questions must be submitted electronically via email to Michelle Delaney, Contracting Officer, �at Michelle.A.Delaney@nasa.gov not later than April 1, 2021 @ 2:00 p.m. ET. �Telephone questions will not be accepted. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a680ebc68faf4213924ed32a2619ee89/view)
 
Place of Performance
Address: Wallops Island, VA 23337, USA
Zip Code: 23337
Country: USA
 
Record
SN05980426-F 20210424/210422230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.