Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2024 SAM #8139
SOLICITATION NOTICE

Z -- USACE SPK DBB Construction � MOTCO Upgrade Mission Lighting � Concord, CA

Notice Date
3/8/2024 4:53:57 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123824B0006
 
Response Due
3/20/2024 5:00:00 PM
 
Archive Date
04/04/2024
 
Point of Contact
Katie Randall, Julie Maxwell
 
E-Mail Address
katie.l.randall@usace.army.mil, julie.maxwell@usace.army.mil
(katie.l.randall@usace.army.mil, julie.maxwell@usace.army.mil)
 
Small Business Set-Aside
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
UPDATE 8 March 2024 - DO NOT SEND SITE VISIT FORMS TO ANYONE AT THIS POINT.� Instructions will be provided in the solicitation with the appropriate email address for this information to be sent.� DO NOT send any personal information to the POCs on this announcement.� Any emails received will be deleted. The United States 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 Upgrade Mission Lighting project at Military Ocean Terminal Concord (MOTCO), in Concord, CA. The project is anticipated to require removal of three-hundred-ninety-six (396) existing interior and exterior high-intensity lighting fixtures and replacing them with fixtures utilizing energy efficient light emitting diode (LED) flood and/or exterior lights, including adjusting panels and paired radio-frequency (RF) remote controls.� The 208/120-Volt and 480/277-Volt electrical panels must be modified accordingly.� Exterior lights will be placed on lightning protection system (LPS) poles, building walls, and roof frames. At least twenty-four (24) aluminum poles of approximately forth (40) feet in height will be constructed and energy efficient LED exterior lighting will be installed to cover areas currently without lighting infrastructure.� The contractor will be responsible for obtaining necessary permits for excavation/construction and comply with Installation requirements regarding locating and marking underground utilities. The Government anticipates construction work will begin within 14 days of notice to proceed and will have a period of performance of one year (365 days).� There are no seasonal restrictions, but the hours of work are limited to eight and one-half hours daily, Monday � Friday. MOTCO is designated as a restricted area and only U.S. citizens are permitted access.� Any contractor or subcontractor employee will be required to provide a state-issued ID compliant with the REAL ID Act requirements.� Any person without appropriate ID will NOT be permitted access to the installation.�Personnel must obtain approval for entry by submitting forms with personal information necessary to perform a screening through the E-Verify Program (http://www.uscis.gov/e-verify) and a criminal background check.� Please see further instructions related to the site visit for the necessary forms and information required.� In accordance with Federal Acquisition Regulation (FAR) 36.204(f), the magnitude of construction for the anticipated project is $1,000,000 to $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 236220, Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the United States Small Business Administration (SBA), is $45,000,000 annual revenue. The Product and Service Code (PSC) is anticipated to be Z2JZ, Repair or Alteration of Miscellaneous Buildings. The solicitation is anticipated to be issued as a Woman-Owned Small Business set-aside through the System for Award Management (SAM - www.SAM.gov) in late March 2024 with bids tentatively due in late April 2024. It is currently anticipated that the Government will conduct a site visit approximately ten days after issuance of the solicitation.� The solicitation will provide additional information regarding the exact date and time. �Site visit participants must complete an NCIC consent form AND MOTCO Form 190-3 in accordance with site visit access requirements. �If you intend to attend the solicitation site visit, please consider preparing the forms in advance and submitting as soon as the solicitation is posted. Access is restricted to U.S. Citizens only and there is no guarantee that late submissions will be processed. �Review and follow the instructions and guidance provided in Attachments 1 - 3, which provide (1) instructions for requesting access and completing forms, as well as common reasons for denial, (2) required NCIC consent form (one per attendee), and (3) required MOTCO Form 190-3 (one spreadsheet per company).� The NCIC Consent Forms and MOTCO Form 190-3 must be digitally filled out (NOT printed with handwritten answers) then sent to MOTCO_CORRESPONDENCE@usace.army.mil AFTER the date and time have been finalized and posted within the solicitation. When completing the MOTCO Form 190-3, ensure the form specifies the project is located on the Tidal Side of the MOTCO installation. � Please DO NOT request a copy of the solicitation or draft plans and specifications, as they are not currently available. Any available technical data will be furnished with 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. The anticipated solicitation and attachments may 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 at least one (1) week prior to the anticipated bid due date. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but 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. Failure to register in PIEE will prevent submission of bids as the Government will not accept them by any other means. �See linked PIEE registration instructions and web-based training for information about how to access the PIEE Solicitation Module and submit 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 SAM for the solicitation to be posted, and for any posted changes or amendments. 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/88f450df3260428ea2001baef93f4d66/view)
 
Place of Performance
Address: Concord, CA, USA
Country: USA
 
Record
SN06990876-F 20240310/240308230107 (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.