Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2022 SAM #7436
SOLICITATION NOTICE

61 -- USACE SPK DBB Construction - Military Ocean Terminal Concord (MOTCO) Wharf 2 Substation � Concord, California

Notice Date
4/8/2022 4:24:16 PM
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123822R0033
 
Response Due
4/22/2022 6:00:00 PM
 
Point of Contact
Jennifer Wheelis, Phone: 916-557-7716, Melissa A. DeNigris, Phone: 916-557-5137
 
E-Mail Address
Jennifer.L.Wheelis@usace.army.mil, Melissa.a.denigris@usace.army.mil
(Jennifer.L.Wheelis@usace.army.mil, Melissa.a.denigris@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates solicitation of a requirement for Design-Bid-Build (DBB) construction services to be performed in support of the MOTCO Wharf 2 Substation at Concord, California. The Government intends to solicit a Request for Proposals (RFP) that will result in award of a Firm-Fixed Price contract. Project Description: The scope of the Wharf 2 Substation Project is to construct a substation to provide power to two (2) containerized cargo handling gantry cranes, including a 3750 KVA isolation transformer, 300 KVA step down transformer, grounding, switchgear, circuit breakers, control, low and medium voltage circuits, and ground fault monitoring. Supporting facilities include fencing, bollards, light poles, area receptacles, lightning protection, and grounding grid with bonding to adjacent prominent metal objects and air terminal down-conductors, equipment housekeeping pads, substation concrete pad, and concrete-encased conduit and insulated cables.� Minimal Unexploded Ordnance (UXO) monitoring may be necessary. The Government anticipates construction work will be performed from September 2022 to December 2023. In accordance with FAR 36.204(g) the magnitude of construction is estimated to be between $5,000,000 and $10,000,000. This project is funded through Unspecified Minor MILCON Construction, Army (UMMCA) which only has the Congressionally mandated statutory limit of $7.32M available to fund both the combined contract value and agency Supervision & Administration (which is calculated at 5.7% of the award). Any combined value of bid and S&A above this statutory limit is unawardable. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 237130, Power Communication Line and Related Structures Construction.� The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39,500,000 annual revenue. The Product Service Code (PSC) is 6120, Power and Communication Line and Related Structures Construction. The solicitation is anticipated to be issued as a total small business set-aside through the Governmentwide Point of Entry (www.SAM.gov) on or about 28 April 2022. If the Government intends to conduct a pre-proposal conference and/or site visit, the date, time, location, and access requirements will be identified in the solicitation. PLEASE DO NOT request a copy of the solicitation, or draft plans and specifications, as they are not currently available. Any available technical data required to respond to the solicitation will be furnished as part of the solicitation. Following solicitation release, all responsible sources may submit a proposal that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. Copies of the solicitation and the solicited plans and specifications will be made available for inspection without charge after the solicitation is released, when accessed through the GPE or when requested and delivered by electronic mail and/or data interchange. It is anticipated that any future solicitation and/or resulting contract will be subject to the E-Verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify), sustainable acquisition requirements, and / or high-performance sustainable building design and construction practices (https://www.epa.gov/greeningepa/guiding-principles-federal-leadership-high-performance-and-sustainable-buildings). Further, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their companies as interested vendors and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this notice. **Note**:� All prospective contractors and their subcontractors and suppliers must be registered in SAM.gov before they will be allowed to download solicitation information.� Contractors must be registered in the System for Award Management (SAM) at https://sam.gov/content/home prior to award of this contract.� Solicitation documents, plans and specifications will only be available via the Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml.� See attachments PIEE Solicitation Module Vendor Access Instructions and SOP PIEE Proposal Manager Offeror for instructions on getting access to the PIEE Solicitation Module and submitting your proposal. Registration for plans and specifications should be made via the Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil.� If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation.� The solicitation will be available only as a direct download.� Registration should be completed one week prior to the issue date.� It is therefore the Contractor�s responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation.� The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto.� NOTE:� This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bbdb8ada31384416a36fc99cdd7dc2dc/view)
 
Place of Performance
Address: Concord, CA 94520, USA
Zip Code: 94520
Country: USA
 
Record
SN06293708-F 20220410/220408230108 (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.