Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
MODIFICATION

Y -- SDVOSB MATOC IDIQ for Electrical Construction and Repair Tasks in the Interior/Exterior Electrical Discipline - Amendment 1 - PRE-PROPOSAL SLIDES - PRE-POPOSAL SIGN-IN SHEET

Notice Date
12/21/2016
 
Notice Type
Modification/Amendment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-16-R-0008
 
Response Due
1/9/2017 2:00:00 PM
 
Point of Contact
Amy Wooldridge, Phone: 253-967-4237, Elke Neal, Phone: 253-966-4359
 
E-Mail Address
amy.a.wooldridge@usace.army.mil, elke.h.neal@usace.army.mil
(amy.a.wooldridge@usace.army.mil, elke.h.neal@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-PROPOSAL SIGN IN SHEET FOR SITE VISIT OF SEED PROJECT AND INTERESTED PARTIES PRE-PROPOSAL SLIDES FOR SOLICITATION W912DW-16-R-0008 AMENDMENT 0001 PRE-SOLICITATION NOTICE THIS IS A SYNOPSIS OF A PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT PROPOSALS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 CALENDAR DAYS PRIOR TO POSTING OF THE SOLICITATION. Number: W912DW-16-R-0008 TITLE: United States Corp of Engineers (USACE) Seattle District office located at Joint Base Lewis McChord (JBLM), intends to issue a Request for Proposal (RFP) for an Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) Multiple Award Task Order Contract (MATOC) for Electrical Construction and Repair Tasks in the Interior/Exterior Electrical Discipline at JBLM and Sub-Installations (Yakima Training Center, Spokane and other locations in Washington, Idaho and Montana) as required. LOCATION: Joint Base Lewis-McChord and Sub-Installations, WA ISSUE DATE: On or about 30 November 2016 RESPONSE DATE: 11 January 2018 PRICE RANGE: NTE $45,000,000 (Base Year plus four (4) One-Year Option Periods) CLASS CODE: Y - Construction of Structures and Facilities NAICS CODE: 237130 Power and Communication Line and Related Structures Construction SET-ASIDE: 100% Service-Disabled Veteran-Owned Small Business Set-Aside PRIMARY CONTRACTING POC: Ms. Kate Schollard, Contract Specialist, (kathaleen.schollard@usace.army.mil) ALTERNATE POC: Ms. Elke Neal, Contracting Officer (elke.h.neal@usace.army.mil) NOTE: If you have any questions concerning this procurement you are encouraged to email the point(s) of contact listed, please use W912DW-16-R-0008 MATOC-USACE-JBLM in the subject line of your email. 1. The Special Projects Branch of the Seattle District contracting division, U.S. Army Corps of Engineers (hereinafter Seattle District or Special Projects Branch) plans to solicit offers for the award of a MATOC for Electrical Construction Work in Support of Joint Base Lewis McChord (JBLM), Washington and Its Sub-installations. The solicitation will be issued as 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns only. Up to five IDIQ contracts may be awarded under this solicitation. Those contractors that successfully receive an award under this MATOC solicitation will share a total contract capacity of $45,000,000 over the life of the contract. The contract will reflect a base year and four subsequent option years. Task orders will be firm-fixed price with an anticipated range of $2,000 to $5,000,000. The majority of task orders will normally be less than $3,000,000. 2. The primary North American Industry Classification System (NAICS) Code for this procurement is 237130, Power and Communication Line and Related Structures Construction, with a small business size standard of $36.5 Million. 3. The contractor will be required to provide all plant, labor, tools, equipment and materials (except as indicated otherwise in the specifications) and perform all work in strict accordance with the plans and specifications for individual Task Orders (TOs). The IDIQ covers a broad range of electrical repair, maintenance, and minor construction work on real property assets of the electrical distribution system at Joint Base Lewis-McChord WA and its sub-installations. During the contract period, the Government will identify specific jobs and issue individual TOs to the Contractor for completion. The Contractor shall maintain a local management office to receive Requests for Proposal (RFPs), signed TOs, and Notices to Proceed (NTP); to receive and initiate contract correspondence and to provide other engineering and construction management services related to accomplishing individual TOs. The TOs will vary in size, with the majority expected to be medium to large in size. The Task Orders may include construction and repair tasks in the interior/exterior electrical discipline. Interior work may include replacement, installation and relocation of circuits, panel boards, meter bases, main distribution panels, lighting and electrical equipment. Exterior work may include replacement, installation and relocation of underground and overhead distribution feeders and laterals (13.kV), transformers, disconnects, cutouts, lighting (including airfield lighting systems and components), poles and appurtenances, raceways, and electrical distribution substation components. Associated incidental carpentry, excavation, concrete & paving work, site restoration (e.g. landscaping, hydro-sampling, etc.), painting, fencing, demolition, low voltage electrical (i.e. less than 50VAC, including fire alarm, Intrusion Detection Systems (IDS), Supervisory control and data acquisition (SCADA), and communications), ACM and LBP testing & abatement, and environmental clean-up may be required with the interior/exterior task orders. The work will be comprised of approximately 90% construction & repair and 10% service over the duration of the MATOC. The intent of this MATOC is to provide means for the Government to solicit and award electrical services projects with as little lead time as possible. The successful contractor shall attend required site visit with as little as 24 hour notice and may be expected to turn around a request for proposal in less than 7 days. 4. The solicitation for this MATOC will be issued on or about 30 November 2016, Contractors who submit a response to the solicitation will be required to propose pricing for a Seed Project entitled, "Replace Lights at Various Buildings at JBLM, WA, 98430" The magnitude of construction for this seed project is between $250,000 and $500,000. 5. DISCLAIMER: All contractors proposing on Department of Defense solicitations must be registered in the System of Award Management (SAM) database prior to award of the contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at (www.sam.gov). You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in SAM. This requirement applies to all Department of Defense contract awards, regardless of the media used. The solicitation documents for this MATOC requirement will be issued in electronic format only and will be made available online via the Federal Business Opportunities (FBO) website under solicitation number W912DW-16-R-0008. The official plans and specification will be located on the official government web page. A Pre-proposal conference and site visit will be scheduled and posted in the formal solicitation. Interested contractors are encouraged to attend. Details for registering for the pre-proposal conference will be available in the solicitation under Section 00 21 00, Instructions, Conditions, and Notices to Offerors. Arrive early enough for clearance to the facility for any and all site visits. The Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to FBO for electronic downloading. This will be the only method of distributing amendments prior to the solicitation closing date; therefore, it is the offerors responsibility to include amendments to the solicitation as part of their proposal. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. It is encouraged to add the solicitation to your "Watchlist." Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-12-09 17:43:20">Dec 09, 2016 5:43 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-12-21 17:35:53">Dec 21, 2016 5:35 pm Track Changes SEE ATTACHED SOLICITATION W912DW-16-R-0008 SDVOSB MATOC IDIQ for Electrical Construction and Repairs in the Interior/Exterior Discipline at Joint Base Lewis-McChord and Its Sub-Installations. Proposal response date is 11 January 2017, 2:00 p.m. local time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-16-R-0008/listing.html)
 
Place of Performance
Address: Joint Base Lewis-McChord, Washington and Its Sub-Installations, Tacoma, Washington, 98433, United States
Zip Code: 98433
 
Record
SN04357198-W 20161223/161221234349-986ab43c9f70e8c8c2f1345d3d31233f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.