Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2025 SAM #8553
SOLICITATION NOTICE

Y -- IDIQ SATOC for Small Construction Requirements at CSL Compalapa, El Salvador (Central America)

Notice Date
4/25/2025 8:19:20 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W074 ENDIST MOBILE MOBILE AL 36602-3630 USA
 
ZIP Code
36602-3630
 
Solicitation Number
W9127825RA022
 
Response Due
6/16/2025 12:00:00 PM
 
Archive Date
12/31/2025
 
Point of Contact
Emily Ortiz, Phone: 2516944107, Jillian Saffle, Phone: 2514415584
 
E-Mail Address
emily.c.ortiz@usace.army.mil, jillian.e.saffle@usace.army.mil
(emily.c.ortiz@usace.army.mil, jillian.e.saffle@usace.army.mil)
 
Description
DATE SOLICIATION DOCUMENTS AVAILABLE (APPROX.): 16 MAY 2025 THIS PROJECT IS ADVERTISED ON AN UNRESTRICTED BASIS. THIS PROJECT IS A REQUEST FOR PROPOSAL (RFP), PERFORMANCE PRICE TRADE OFF (PPTO) SOLICITATION. THIS PROJECT IS A REQUEST FOR PROPOSAL (RFP), BEST VALUE SOURCE SELECTION SOLICITATION. DESCRIPTION OF WORK: The Government intends to award a single contract pursuant to this solicitation. This contract shall be an Indefinite Delivery/ Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) to support U.S. Army Corps of Engineers, Mobile District, Military Construction and Support for Others program for small construction requirements at Cooperative Security Location Comalapa, El Salvador. This requirement is being handled by the U.S. Army Corps of Engineers, Mobile District; Mobile, Alabama. The term of the contract is limited to a five year ordering period. The guaranteed minimum for the contract is $1,000. The total dollar capacity for the contract is $5 million over five years. Contractors shall complete all work under their contract in accordance with schedules that are established in each Task Order. Work will vary from site to site, or location, and will require extensive knowledge of construction and renovation projects. Submittal dates will be included in the individual Task Orders. These dates identify when information is due to the issuing Government office and other addresses identified in the individual Task Orders. The types and numbers of submittals and dates and places for review meetings shall be established by each Task Order under this contract. Defense Base Act (DBA) Insurance may be required for some task orders. The Government anticipates that Task Orders will be awarded on a firm fixed-price basis. OBJECTIVE. This contract will require contractors to provide all plant, labor, equipment and materials necessary to perform construction, incidental demolition, upgrade and repair of facilities and structures. Work will typically include vertical and horizontal construction, site work, geotechnical surveys, landscaping, surveying, mapping, mechanical and electrical work for blast resistant, fortified structures; rigid and flexible paving for roads, airfields and helipads; parking lots; firing ranges, rappel towers, shoot houses, fuel systems, ammunition storage, food storage, interior and exterior utilities to include water and sewage treatment, water wells, communications, electrical power (to include generators and solar and wind power), security (to include field fortifications, wire obstacles, bunkers, watch towers and security fencing and hardening of existing facilities) and safety of facilities. Facilities and structures may include administrative buildings, barracks, warehouses, hangers, schools, motor pools, etc. The work may involve replacement in kind, repairs, upgrades and modification work and/or new construction. It also may include incidental design and testing, and survey and abatement for lead based paint (LBP) and asbestos containing materials (ACM). Facility repairs, upgrades and construction shall conform to the requirements of the technical criteria listed in the Task Order. Task Orders may require the application of U.S. Building Codes; International Building Code (IBC); National Electric Code (NEC); Structural and Heating, Ventilation and Air Conditioning (HVAC) codes; and U.S. Department of Defense criteria that include, but are not limited to, Unified Facility Criteria (UFC) and Anti-Terrorist and Force Protection (AFTP) requirements. In addition, construction materials, including, but not limited to locally available aggregates, cements, reinforcing steel, structural lumber, block masonry products, conduit and electrical devices, pipe and plumbing fixtures, may be purchased under this contract. Close coordination will be required with both the US Army Corps of Engineers and Host Nation Military and civilian authorities throughout the life of the projects. Projects on Host Nation military installations will require that employees be vetted for security by Host Nation military authorities. The work described herein shall be accomplished through the implementation of Task Orders issued under the terms of this solicitation. Some incidental design effort may be required. The typical project size is anticipated to be no more than $500,000. The North American Industry Classification System (NAICS) code for this project is 236220. The size standard is $45,000,000.00. ESTIMATED COST RANGE PROJECT: $5,000,000.00 to $10,000,000.00 Offers Covering The Project Restricted to Small Business Yes_ __ No_X _ *Restricted to 8(a) Competitive for Region IV Yes___ No_X__ Subcontracting Plan Required Yes____ No_ X __ Field Offices: El Salvador Field Office POC: Ivan Olivieri, CENTAM Resident Engineer Office (VoIP): 251-694-4067 ivan.olivieri.ln@usace.army.mil Project Manager: BJ Cody, 251-694-4456 Contract Specialist: Emily Ortiz, 251-694-4107 Note No.1: All prospective contractors and their subcontractors and suppliers must be registered in The System for Award Management (SAM.gov) before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://sam.gov/content/home prior to award of this contract. Solicitation documents, plans and specifications will only be available via the Procurement Integrated Enterprise Environment (PIEE) website https://piee.eb.mil See attachments PIEE Solicitation Module Vendor Access Instructions and SOP PIEE Proposal Manager Offeror for instructions on getting access to the PIEE Solicitation Module and submitting your proposal. Registration for plans and specifications should be made via the Procurement Integrated Enterprise Environment (PIEE) website https://piee.eb.mil. If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one (1) week prior to the issue date. It is therefore the contractor�s responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be electronic format with the proposal. Note No. 3: Critical path method (network analysis system) is not required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $45,000,000 for the past three or five years. Note No. 5: It is anticipated that this solicitation will not have bid options. However, optional bid items may be added if it is determined to be in the Government�s best interest. Note No. 6: All advertisements of Mobile District projects will be through the Procurement Integrated Enterprise Environment (PIEE) website https://piee.eb.mil. Synopses are available on SAM.gov. Address questions concerning downloading of plans/specifications to the Contract Specialist indicated above. Note No. 7: Site Visit information will be posted with the solicitation. Note No. 8: The request for information (RFI) process for bidder inquiries during the advertisement period will be through the ProjNet internet-based system, and specifics will be contained in the RFP solicitation package available exclusively from the Procurement Integrated Enterprise Environment (PIEE) website https://piee.eb.mil. Other forms of communicating RFIs to the Government will not be honored. The Government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening.)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a3ed82614c34b0eb89bee5e8cc41e02/view)
 
Place of Performance
Address: SLV
Country: SLV
 
Record
SN07421973-F 20250427/250425230043 (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.