Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

Z -- Skagway Replace Water Well

Notice Date
7/10/2020 2:56:33 PM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47PL0120R0043
 
Response Due
6/11/2020 3:00:00 PM
 
Archive Date
10/31/2020
 
Point of Contact
Becky Graham, Phone: (907) 223-8671, Kimberly M Johnson, Phone: (253) 709-7780
 
E-Mail Address
rebecca.graham@gsa.gov, kimberlym.johnson@gsa.gov
(rebecca.graham@gsa.gov, kimberlym.johnson@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0001 NOTICE OF CANCELLATION The subject Sources Sought and Presolicitation notice is hereby cancelled in its entirety. The GSA has determined�that the�use an Indefinite Delivery Vehicle (IDV) to satisfy the requirement IAW FAR Part 16 is in the best interest of the Government. END OF AMENDMENT 0001 SUBJECT:� COMBINED SOURCES SOUGHT/ PRESOLICITATION NOTICE PROJECT NAME:� Skagway Replace Water Well DESCRIPTION: This is a combined Sources Sought / Presolicitation Notice issued in accordance with Federal Acquisition Regulation (FAR) 5.101.� This notice for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise to issue a solicitation or ultimately award a contract.��� An award will not be made on offers received in response to this notice.� The purpose of this notice is to publicize contracting opportunity and determine availability of qualified Small Businesses, 8(a), Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, or HUBZone Small Business firms capable of performing a design build project to drill new well and connect to facility with required purification equipment to provide potable drinking water at the Skagway LPOE located in Skagway, Alaska. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government.� This notice is intended strictly for market research. PROPOSED SOLICITATION NUMBER:� 47PL0120R0043 SYNOPSIS:� 1.� The United States General Services Administration (GSA) requires installation of a new well, piping, and water treatment equipment to serve all domestic water needs at the Land Port of Entry (LPOE) in Skagway, Alaska. No assumption of current systems code compliance should be made. Contractor will be responsible for complete design and installation which conforms to all current codes and standards. LPOE must remain open for business including vehicle inspections and passage during normal working hours. All construction work is subordinate to CBP operational mission requirements and may be delayed or restricted with short notice due to the needs of the CBP Shift Officer-in-Charge. 2.� The Skagway LPOE is located in a remote area of Alaska, accessible with limited/seasonal air and boat access to Skagway Alaska. Skagway is connected to the Yukon Territory, Canada, and the contiguous 48 states via the Klondike Highway, which is 110 miles from Whitehorse or 98 miles from the Alaska Highway, via the South Klondike Highway. 3.� The applicable North American Industry Classification System (NAICS) Code for this project is 237110 Water and Sewer Line and Related Structures Construction; the small business size standard for this NAICS Code is $39.5 million U.S. dollars.� 4.� Contractors shall be actively registered in the System for Award Management (SAM) as a small business for this solicitation's NAICS code at time of receipt of proposal.� Contractors are required to have a unique entity identifier number and an active registration in SAM (www.sam.gov) in order to conduct business with the Federal Government. 5.� In accordance with FAR Subpart 36.204, the magnitude of this requirement in terms of physical characteristics and estimated price range is between $500,000 and $1,000,000.00. 6.� Time for proposed contract completion is approximately 610 calendar days after Notice to Proceed.� Note: there may be an exclusionary period between design and construction due to winter weather. 7.� This potential acquisition is being considered as set-aside for small business concerns. 8.� Basis of award will be a best value / tradeoff selection process considering both price and non-price factors.� All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. 9.� Evaluation Criteria:� The Government will evaluate the submitted qualification packages based on the following: (1) Proposed Plan and Management Approach, (2) Experience on Comparable Projects, and (3) Past Performance.� 10.� All relevant solicitation documents will be available for download on or about July 8, 2020 at this website: beta.SAM.gov (www.beta.sam.gov) under Contract Opportunities (FBO).� Any amendments issued to the solicitation will be posted solely on this website.� Responses will be due approximately 30 days following the date of the posting of the solicitation. 11.� A formal site visit will be organized to occur approximately 14 days following the date of the posting of the solicitation.� Location:� Skagway LPOE, Milepost 1221.8, Tok, Alaska 99780.� SUBMISSION REQUIREMENTS: The Government is requesting that interested parties capable of satisfying the requirements identified in the DRAFT � Statement of Work (SOW) ( ATTACHMENT 1), furnish the following information: a.� Company name b.� Address c.� Point of contact d.� Telephone number e.� E-mail address f.� Website (if available) g.� Commercial and Government Entity (CAGE) Code h.� Data Universal Numbering System (DUNS) Number i.� SBA Socio-Economic status Small Business Small Disadvantaged Business Women Owned Small Business HUBZone Service Disabled Veteran Owned Small Business Other:__________________ j.� A statement describing the company�s interest in performing the work k.� Organization chart to include both the design & construction team l.� Overview of your company with brief information on recent (within past five years) and relevant experience with design and construction of domestic water well and supply systems, particularly the type of contract performed, the dollar value of the contract, and the location of the contract. m.� Statement of capability to bond for a project in the $500,000 and $1,000,000 range. Interested parties providing the above referenced material are requested to limit the size of their submission to no more than 10Mb in data size due to electronic submission data limits. CLOSING RESPONSE DATE: Information regarding this notice must be emailed to rebecca.graham@gsa.gov and kimberlym.johnson@gsa.gov. Receipt of potential offeror�s capabilities package is requested no later than June 11, 2020 at 2:00 pm Alaska Time. Each response will be reviewed by the Contracting Office for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from qualified and responsible small business concerns. All information furnished to the Government in response to this notice will be used for review purposes only. THIS SOURCES SOUGHT/PRESOLICITATION SYNOPSIS NOTICE IS NOT A SOLICITATION DOCUMENT, BUT A PRE-NOTICE OF THE UPCOMING SOLICITATION. SPECIFIC INSTRUCTIONS ON SUBMITTING YOUR PROPOSAL WILL BE CONTAINED IN THE POSTED SOLICITATION DOCUMENTS. Contractors can search for opportunities and award histories on www.beta.SAM.gov without registering.� The Federal Business Opportunities website at www.beta.SAM.gov �has an Interested Vendors List and a Watchlist that you can add your company's interest. Registering provides opportunity to receive notifications, which is a tool of convenience only and does not serve as a guarantee of notification. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors, (large or small) are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/ and to utilize the Small Business Administration�s (SBA) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. (END OF NOTIFICATION)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/00aa50fe40dc41a6be2d2490eff5a2e8/view)
 
Place of Performance
Address: Skagway, AK 99840, USA
Zip Code: 99840
Country: USA
 
Record
SN05717671-F 20200712/200710230157 (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.