Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2023 SAM #7900
SOLICITATION NOTICE

Y -- USACE SPK DBB Construction - TASS Backup Generator - Camp Parks, CA

Notice Date
7/13/2023 3:45:16 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
W9123823B0025
 
Response Due
7/28/2023 4:00:00 PM
 
Archive Date
08/12/2023
 
Point of Contact
Uriel Ramirez
 
E-Mail Address
uriel.ramirez@usace.army.mil
(uriel.ramirez@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 potential requirement to perform design-bid-build construction services to install a backup generator and transfer switch for The Army School System (TASS), located at building 517 of Camp Parks in Dublin, California. The project is also anticipated to include construction services to provide and install three (3) concrete pads and manual transfer switches (MTS) at three (3) locations at Fort Hunter Liggett, in Jolon, California.� The Government anticipates the project will include construction services to build a concrete pad for the generator, place the generator, and complete trenching into the TASS. The Government anticipates the generator will need to meet power requirements to support the two-story 23,000 square foot TASS and may need to generate at least 150 kilowatts. The Government anticipates a C-10 electrical license from the State of California will be required to perform work. The Government anticipates construction work will be performed Fall 2023 to Spring of 2024. All construction activities must be complete by March 2024. The Government estimates that the anticipated requirement can be completed within one-hundred-fifty (150) calendar days after Notice to Proceed is issued. In accordance with FAR 36.204(f) the magnitude of construction is estimated to be between $1,000,000 and $5,000,000. The Government intends to solicit an Invitation for Bids (IFB) 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 237130, Power and Communication Line and Related Structures Construction. The small business size standard for this NAICS, as established by the United States Small Business Administration (SBA), is $45,000,000.00 annual revenue. The Product and Service Code (PSC) is anticipated to be Y1NZ, Construction of Other Utilities. The solicitation is anticipated to be issued as a woman-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 28 July 2023 with bids tentatively due in August 2023. It is currently anticipated that the Government to conduct a pre-bid conference and/or site visit the week of 7 August 2023. Due to the location of the work sites, it is anticipated that the site visit will take a full day to complete, including over three (3) hours� drive time if all work sites are visited. Specific date, time, location, and access requirements will be identified in any forthcoming solicitation. Please DO NOT request an updated schedule if estimated dates are surpassed; the Government will release all information publicly through PIEE and SAM when updates are available. Requests for schedule updates 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 bid 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 bid. 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 bids. 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. 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). 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/ca130a2b6b6d43ba9203aa3047f93d27/view)
 
Place of Performance
Address: Jolon, CA, USA
Country: USA
 
Record
SN06747478-F 20230715/230713230053 (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.