Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2023 SAM #7898
SOLICITATION NOTICE

Z -- USACE SPK DB Construction - POM OMC B7693 HVAC - Seaside, CA

Notice Date
7/11/2023 1:24:33 PM
 
Notice Type
Presolicitation
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123823R0052
 
Response Due
7/25/2023 10:00:00 AM
 
Archive Date
08/09/2023
 
Point of Contact
Aurielle Ruiz
 
E-Mail Address
aurielle.ruiz@usace.army.mil
(aurielle.ruiz@usace.army.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a solicitation for design-build (DB) construction services to design and install an air conditioning system at the Presidio of Monterey (POM) Ord Military Community (OMC) Child Development Center (CDC), in Seaside, California.� The CDC (building 7693) is an existing 23,706 square-foot one-story facility that currently contains a heating system but no air conditioning system. If solicited, the existing heating system will be required to remain in place and functional until the new air conditioning system (or combined air conditioning and heating system) is installed, tested, and operational. As the CDC is heavily used and has little to no swing space, the Government anticipates significant construction phasing will be required, including flexible and fastidious attention to coordinated phasing stages, noise control, and dust control. The Government anticipates Offerors will be required to hold an active heating, ventilation, and air conditioning (HVAC) license from the State of California to perform on any resulting contract.� The Government estimates the anticipated requirement can be completed within three-hundred-eighty-eight (388) calendar days after Notice to Proceed (NTP), which includes completion of design within sixty (60) calendar days and completion of construction within one-hundred-twenty (120) calendar days after approval of design and submittals; however, actual construction will not be allowed to start in the facility until Fall 2024. The awarded PoP may be adjusted based on anticipated material lead times. In accordance with Federal Acquisition Regulation (FAR) 36.204(f) the Government currently estimates the magnitude of construction for this project to be between $1,000,000 and $5,000,000 The Government intends to solicit a Request for Proposals (RFP) that will result in award of a firm-fixed-price contract. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 238220, Plumbing, Heating, and Air Conditioning Contractors. The small business size standard for this NAICS, as established by the United States Small Business Administration, is $19,000,000.00 annual revenue. The Product Service Code is anticipated to be Z2CZ, Repair or Alteration of Other Educational Buildings. The solicitation is anticipated to be issued as a Women-Owned Small Business (WOSB) Set-Aside through the Procurement Integrated Enterprise Environment (PIEE - https://piee.eb.mil) and Governmentwide Point of Entry, the System for Award Management (SAM - www.SAM.gov) on or about 18 July 2023 with proposals tentatively due 28 August 2023. 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 any forthcoming solicitation. Please DO NOT request an updated schedule if the estimated dates in this posting are surpassed; the Government will release all information publicly through PIEE and SAM when available. Requests for an updated posting schedule may be ignored. 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 any forthcoming 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. It is anticipated that the solicitation and/or attachments will be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. All prospective Offerors should be registered in the PIEE system. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but registration IS required to submit a proposal. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. PIEE registration should be completed at least one (1) week prior to the anticipated solicitation release date. See attachments �PIEE Solicitation Module Vendor Access Instructions�, �PIEE SOP - Offeror Proposal Manager�, and �PIEE SOP - Posting Offer� for instructions on getting access to the PIEE Solicitation Module and submitting Offeror proposals.�� All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines. USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. 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 entity as an interested vendor 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. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5d6e28c0855649d0b658853126b8cd9c/view)
 
Place of Performance
Address: Seaside, CA 93955, USA
Zip Code: 93955
Country: USA
 
Record
SN06743780-F 20230713/230711230051 (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.