Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOLICITATION NOTICE

Z -- Purchase of labor, material, and equipment for three (3) �RapidBuilt� Expeditionary Shelters interior and exterior assemblies of (Buildings: M1, M2, M3) and utilities (power, water, wastewater, data) required to make each building complete and useable.

Notice Date
1/17/2020 10:52:08 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893620R0093
 
Response Due
1/31/2020 3:00:00 PM
 
Archive Date
02/04/2021
 
Point of Contact
Markus A DePina, Phone: 8059898055, Charles Harper, Phone: (805) 989-8759
 
E-Mail Address
markus.depina1@navy.mil, charles.harper@navy.mil
(markus.depina1@navy.mil, charles.harper@navy.mil)
 
Description
INTRODUCTION: The Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, CA, intends to award a Firm Fixed Price contract in response to a natural disaster experienced at Naval Air Weapons Station (NAWS) on July 4th & 5th 2019. The Government anticipates contract award in March of 2020. NAWS-China Lake, California and all tenants aboard experienced two massive earthquakes with a magnitude of 6.4 and 7.1 which affected some of the permanent facility infrastructure of Air Test and Evaluation Squadron Thirty One (VX-31) located aboard the Installation.� BACKGROUND: The proposed contract action is for construction services for which the Government intends to solicit and negotiate. This notice of intent is not a request for quotation. However, all responsible sources may submit a capability statement, which shall be considered by the agency. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct competitive procurement. REQUIRED CAPABILITIES: The offeror is required to have the necessary certification for the installation, repair, and alteration of �RapidBuilt� steel buildings must be prepared and certified onsite (NAWS China Lake) by March 2020. The proposed contract action will modify �RapidBuilt� steel buildings to be complete and useable by providing supplies, services, and materials for three (3) concrete slabs and interior buildout. �The interior buildout needed will include walls, ceilings, floors, ADA/ ABA landings, data/ phone connections, provide electrical interior distribution and LED lighting throughout. �Further, the structure will need metal doors/ frames/ hardware, fire alarm/ mass notification system(s), HVAC system(s), and interior finishes as described in the statement of work. The contract will also provide the VX-31 site electrical, water, wastewater services, and data/communication connections for the three (3) �RapidBuilt� Shelters, two (2) �MMG� modulars, one (1) �Adamo� secure modular, and four (4) restroom trailers. ELIGIBILITY:� The applicable NAICS code for this requirement is 236220 with a Small Business Size Standard of $39.5M. The Product Service Code is Z2BZ. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. �Further each candidate shall demonstrate their current manufacturer certification for �RapidBuilt� steel structure installation. �To be eligible for an award, prospective contractors must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/.� ADDITIONAL INFORMATION: The solicitation is planned to be issued on 31 January 2020 and will be available through the Contract Opportunity website at https://www.beta.sam.gov. The estimated award date is 19 March 2020. � All responses/requests shall include a copy of the �Rapidbuilt� product certification be submitted in writing to email: markus.depina1@navy.mil. DISCLAIMER: �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/aad2f8652de84fd5a0d72c7dc1b36aba/view)
 
Place of Performance
Address: Ridgecrest, CA 93555, USA
Zip Code: 93555
Country: USA
 
Record
SN05538229-F 20200119/200117230135 (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  © 1994-2020, Loren Data Corp.