Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOLICITATION NOTICE

Z -- WAPA (DSW Region) General Site Work/Concrete Construction MATOC

Notice Date
1/5/2023 6:26:22 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
WESTERN-DESERT SOUTHWEST REGION PHOENIX AZ 85009 USA
 
ZIP Code
85009
 
Solicitation Number
89503121RWA000034
 
Response Due
9/26/2022 11:00:00 AM
 
Archive Date
01/30/2023
 
Point of Contact
Greg Cagle, Phone: 6026052921, Steve Turner
 
E-Mail Address
cagle@wapa.gov, sturner@wapa.gov
(cagle@wapa.gov, sturner@wapa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Amendment 010 Includes a new wage determination and pricing schedule and etends the offer acceptance period. This is a competitive 100% 8(a) Set-aside Request for Proposal (RFP).� The acquisition is subject to the North American Industry Classification System (NAICS) code of 237990 with a size standard of $39.5 million. �This acquisition will be handled as an RFP prepared in accordance with Federal Acquisition Regulation (FAR) Subparts 15 and 36. � This requirement is for an Indefinite Delivery Indefinite Quantity (IDIQ) multiple-award task order contracts (MATOC) for access road improvement, concrete foundation excavation, installation, and repair, erosion control, and gate and fence installation and repair at Desert Southwest (DSW) sites, in Arizona, California, and Nevada, and Sierra Nevada (SNR) sites located in California.� The work may include, but not be limited to the following types: Road Work:� Work includes repair and construction of native surface, gravel, concrete or paved roads or other areas due to damage from human or natural causes or from the need of a new requirement. Concrete Foundations:� Work includes removal and disposal of existing foundations, excavation and pouring of new concrete foundations with associated steel and parts, and construction/installation of associated steel structures. Erosion Control:� Work includes excavation, cutting, removal, preparation, and installation for prevention or controlling of erosion in agriculture, land development, water banks and man-made improvements. Gate and Fence:� Work includes removal, repair, and installation of gates and fences along right-a-ways, substations, communication sites, and any other facilities. These services may be required at sites across all of DSW and SNR.�� DSW sites are located all over the state of Arizona, south Nevada, and southeast California.� SNR sites are located in central California.� Please visit https://www.wapa.gov/regions/Pages/service-map.aspx for additional location details. Each MATOC contract will be awarded with a one-year base period, and four one-year option periods for a potential aggregate total of five years.� The maximum ordering amount for each contract will be set at $10 million to ensure each awardee will have a fair opportunity to compete. The total aggregate capacity of the MATOC program across all awardees shall not exceed $10 million dollars, which will be tracked through the life of the program.� The Government intends to award a minimum of two and a maximum of four contracts as a result of this solicitation.� The solicitation, specifications and drawings, and any subsequent amendments will only be available in electronic format, downloadable from the internet free of charge. No CD-ROMS or hardcopy documents will be distributed. Interested parties can download the solicitation at http://www.sam.gov on or about February 14, 2022. Any questions shall be submitted in writing to Western Area Power Administration, Attn: Greg Cagle, Contract Specialist, P.O. Box 6457, Phoenix, AZ 85005 or email to cagle@wapa.gov referencing the solicitation number in the subject line. No phone calls will be accepted. All responsible sources may submit a bid, which will be considered by the agency. Note: Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. To obtain information on completing your SAM registration and/or obtaining a DUNS number go to the following website: www.sam.gov. Ensure your Online Representations and Certifications is completed and current in SAM. It is important to read the solicitation COMPLETELY as there are DATES that MUST be met. Proposals will NOT be accepted by telegraphic, facsimile or mail. Amendment 0006 replaces all previous attachments.� Extends the closing to 3/28/2022 and schedules a site visit for 2/24/2022. Amendment 0007,� the initial site visit remains 24 February 2022; however a second site visit has now been scheduled for March 2, 2022,. same place same tiime.� Interested parties are reminded that the cutoff for questions is March 7th. 2022. Amendment 0008 includes Site Visit attendance Rosters Amendment 9 provides responses to question and includes revised specs and drawings. Closing date is extended to April 5 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/530d5e2c0c194eefad70d1c4e6135da7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06557110-F 20230107/230105230107 (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.