Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2021 SAM #7165
SOLICITATION NOTICE

Y -- CAMP PENDLETON JOC FOR DEMOLITION, REPAIR AND REPLACEMENT OF TELECOMMUNICATIONS OUTSIDE PLANT AND STRUCTURED CABELING THROUGHOUT MARINE CORPS BASE CAMP PENDLETON, CALIFORNIA

Notice Date
7/12/2021 9:31:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N6247321R3430
 
Response Due
7/19/2021 9:00:00 AM
 
Archive Date
08/03/2021
 
Point of Contact
Kellee M. Krause, Phone: 7607258240, Fax: 7607258210, Marcus J. Madero, Phone: 7607258228, Fax: 7607258210
 
E-Mail Address
kellee.krause@navy.mil, marcus.j.madero@navy.mil
(kellee.krause@navy.mil, marcus.j.madero@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a competitive procurement for Small Businesses (SB) for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Job Order Contract (JOC) under NAICS 237130 for power and communication line and related structures construction projects and NAICS 238210 for electrical and other wiring installation construction projects at various Government facilities within Marine Corps Base Camp Pendleton, California, under the Naval Facilities Engineering Systems Command Southwest Areas of Responsibility. Projects will be primarily design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to demolition, repair, and replacement of telecommunications outside plant and structured cabling. This acquisition is being restricted to SB and 237130 and 238210 NAICS codes. All other small business concerns are deemed ineligible to submit offers. In order to qualify as a SB contractor, companies must meet the requirements and steps listed at the SBA�s webpage at https://www.sba.gov/federal-contracting/ and have current registration in the System for Award Management (SAM) database. This is a FFP/IDIQ solicitation notice to perform for labor, materials, equipment, testing, supervision, quality control, site safety, and management including training, issuing reports, field office administration, and other incidental work necessary to perform within the North American Industry Classification System (NAICS) code listed above. The Contract term is for a base period of one (1) year and four one (1) year option periods, for a maximum total performance period of five (5) years. The North American Industry Classification System (NAICS) Code for this acquisition is 237130 � Power and Communication Line and Related Structures Construction Contractors, with a corresponding small business size standard of $39.5 million. The estimated maximum dollar value of this procurement, including the base year and all options is approximately $10,000,000. The only work authorized under this contract is work ordered by the Government through the issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered. Task order range will be $2,000 to $1,500,000. A seed project (Proposed Task Order 0001) is expected to be awarded as a result of this solicitation; however, the Government reserves the right not to issue a Task Order and/or to issue a Task Order for the $2,000 minimum guarantee in lieu of the Planned Task Order (PTO) 0001, if it�s determined to be in the best interests of the Government. This acquisition will utilize the best value lowest price technically acceptable (LPTA) source selection process with the intent to award one (1) contract to one (1) responsible proposer whose proposal, conforming to the Request for Proposal (RFP), is most advantageous to the Government. The Government intends to evaluate proposals and award without discussions if appropriate. Selection for award will be based on evaluation of the following: FACTOR 1: RECENT, RELEVANT EXPERIENCE OF FIRM; FACTOR 2:� MANAGEMENT APPROACH; FACTOR 3: SAFETY; FACTOR 4:� PAST PERFORMANCE; and PRICE � Based on PTO #X001. Proposals shall be submitted through the Department of Defense (DoD) Secure Access File Exchange (SAFE) service at https://safe.apps.mil. Instructions are provided in �Instructions to Proposers� section of RFP. The Government must receive the Offeror�s proposal no later than the date and time stated in Block 13 of the SF1442. The Offeror should address all evaluation factors and shall submit the proposal electronically using DoD SAFE. DoD SAFE service is the only electronic commerce method authorized for the submission of proposals in response to this solicitation. Submissions outside of DoD SAFE will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/51527f1afb09438aaada521d60cd0356/view)
 
Place of Performance
Address: Camp Pendleton, CA 92055, USA
Zip Code: 92055
Country: USA
 
Record
SN06057970-F 20210714/210712230117 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.