Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2025 SAM #8642
SOLICITATION NOTICE

Z -- PRESOLICITATION NOTICE FOR N4008525B2505 Regional IDIQ Construction Maintenance Contract for Utilities Distribution Systems for Hampton Roads Region, Virginia

Notice Date
7/23/2025 10:52:22 AM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525B2505
 
Archive Date
08/20/2025
 
Point of Contact
Jonathan Castillo, Phone: 7573411283, Kristy Gerrek
 
E-Mail Address
jonathan.y.castillo.civ@us.navy.mil, kristy.l.gerrek.civ@us.navy.mil
(jonathan.y.castillo.civ@us.navy.mil, kristy.l.gerrek.civ@us.navy.mil)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for a Regional Indefinite Delivery Indefinite Quantity (IDIQ) Construction Maintenance Contract for Utilities Distribution Systems for the Hampton Roads Area of Responsibility (AOR). It is the general intent of this Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract to secure services for a Construction Maintenance Contract for Utilities Distribution Systems for the Hampton Roads Area of Responsibility (AOR). Types of work to be included in this contract are as follows, but are not limited to: Maintenance, inspection, cleaning, painting, repair, testing and replacement of various utility systems located outside of facilities and buildings, inside of facilities and buildings where connected to the building systems, under facilities and buildings, underground, above ground, above piers, on piers, under piers, inside double deck piers, in trenches, in manholes and pits, in valve pits, in wet wells, and in pump station facilities located in the Hampton Roads, VA AOR). The work includes steam and condensate distribution including pre-engineered, pre-manufactured and pre-insulated conduit systems and pre-insulated conduit systems. Maintenance of sanitary sewage collection systems, sanitary sewage distribution systems and storm water drainage systems. The rehabilitation of lines, supervisory control and Data Acquisition Systems (SCADA), fire protection water systems, hydrants, water distribution systems, saltwater distribution systems, oily water � waste oil (OWWO) collection and distribution systems, compressed air distribution systems, natural gas distribution systems, and propane distribution systems. Repairing roads and sidewalks, valves, control valves, relief valves, strainers, piping accessories, pumps, motors, manholes, wet wells, controls, and structural and pipe supports, including all related appurtenances and incidental work. Work shall also include sustainability efforts to minimize environmental impacts. The Contractor shall provide all labor, materials, equipment, tools, transportation, supervision, safety, safety, safety measures including gas free certification for all confined spaces, surveys, scoping, layout work, testing, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract. The duration of the contract will be for a five (5) year ordering period from the date of contract award. The total five-year ordering period includes a base period and four 12-month option periods not to exceed sixty (60) months from the date of contract award. The Government may issue a minimum guarantee in amount of $5,000.00 to the successful offeror via the initial task order. The minimum guarantee covers the full term of the contract to include all option years. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237110, Water and Sewer Line and Related Structures Construction; with a Small Business Size Standard of $45,000,000. This solicitation is being advertised as �Unrestricted� for full and open competition, and will be solicited utilizing Sealed Bidding procedures outlined in FAR Part 14.103-2. Award will be made to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price related factors included in the invitation. In accordance with DFARS 236.204 (iii), the total estimated magnitude of construction for this contract (base period plus option years) is between $100,000,000 and $250,000,000. This office anticipates award of a contract for these services by September 2025. A Dynamic Small Business Search (DSBS) and a Sources Sought Notice was conducted and issued on 26 March 2025, seeking eligible Small Businesses, HUBZone Small Business, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses to determine the opportunity for a set-aside. The Government invited prospective offerors with the capabilities of performing construction services that meet or exceed the stated requirement to submit a capabilities statement. Respondents were required to submit relevant experience in performing efforts of similar size, scope, and complexity within the last five (5) years. Based on the market research conducted for this procurement and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. Successful award and completion of the requirements can be achieved by soliciting the contract as ""Unrestricted"" for full and open competition. NAVFAC Mid-Atlantic�s Office of Small Business Programs concurred with this decision on 25 April 2025. The Request for Proposal (RFP) will be issued by NAVFAC Mid-Atlantic CON22 on or about 07 August 2025. The solicitation number will be N40085-25-B-2505. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE: All prospective Offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Jonathan Castillo at jonathan.y.castillo.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d428c06611dd4177a186f94f4a886f99/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN07520782-F 20250725/250723230047 (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.