SOLICITATION NOTICE
Z -- Exterior Lighting Upgrade - Fort Devens, MA
- Notice Date
- 5/27/2025 2:08:23 PM
- Notice Type
- Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-25-Q-A164
- Response Due
- 6/11/2025 11:00:00 AM
- Archive Date
- 06/26/2025
- Point of Contact
- Mitchell E Douglas, Jasmyne Peterson, Contracting Officer
- E-Mail Address
-
mitchell.e.douglas.civ@army.mil, Jasmyne.C.Peterson.civ@army.mil
(mitchell.e.douglas.civ@army.mil, Jasmyne.C.Peterson.civ@army.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- THIS REQUIREMENT IS SOLICITED AS A 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE IN ACCORDANCE WITH (IAW) FAR 19.14 THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS IAW FAR CLAUSE 52.232-18 1. The United States Army Contracting Command - New Jersey (ACC-NJ) on behalf of the United States Army Garrison (USAG) Devens Reserve Forces Training Area (DRFTA), Directorate of Public Works (DPW), has a requirement for construction services to demolish and install upgraded exterior lighting at Building 3413. The contractor shall perform to the standards in accordance with the Statement of Work (SOW), as well as all local, state, and federal regulations. 2. The North American Industry Classification System (NAICS) Code that applies to the principal nature of the acquisition is 238210-Electrical Contractors and Other Wiring Installation Contractors, with a corresponding size standard of $45,000,000.00. 3. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall be 180 days from the Notice to Proceed (NTP). 4. The Offeror shall be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM, go to https://www.SAM.gov. 5. A site visit will be available on TUESDAY, 3 JUNE 2025 from 10:00AM EST to 11:00AM EST. All requests shall be submitted via email no later than TUESDAY, 29 MAY 2025 by 4:00PM to the Site Visit POC; Engineer Technician, Paul Lavoie, paul.a.lavoie3.civ@army.mil, the Contract Specialist, Mitchell Douglas at Mitchell.e.douglas.civ@army.mil, and the Contracting Officer, Jasmyne Peterson at jasmyne.c.peterson. civ@army.mil. Visitors must have a valid driver's license or state issued identification. In no way shall failure to inspect the site constitute a grounds for claim after award. 6. All questions regarding this solicitation shall be submitted via email no later than 12:00PM EST on THURSDAY, 5 JUNE 2025 to the Contract Specialist: Mitchell Douglas at Mitchell.e.douglas.civ@army.mil and the Contracting Officer: Ms. Jasmyne Peterson at jasmyne.c.peterson.civ@army. mil. The questions will be answered all at once and uploaded to the Contract Opportunities website at https://www.sam.gov posting after the question period has ended. 7. BOND REQUIREMENTS: The Contractor shall furnish the required Performance and Payment Bonds within 10 calendar days after receipt of award for each (or all) of the projects awarded. Submittal of bonds shall be via email to the Contract Specialist, Mitchell Douglas at Mitchell.e. douglas.civ@army.mil and the Contracting Officer, Ms. Jasmyne Peterson at jasmine.c.peterson.civ@army.mil, with pencil draft over raised seal for proof of corporate seal. 8. The Offeror shall provide all Labor, Equipment, and Materials Breakout of their proposal within the excel attachment titled, ""Contractor Cost Breakdown Form"". A breakdown shall be provided for each separate project to be completed. The offeror shall also submit a technical capability statement outlining details of how the project(s) will be completed. FAILURE TO PROVIDE THIS INFORMATION WITH THE INITIAL PROPOSAL SUBMISSION MAY DEEM THE PROPOSAL NON- RESPONSIVE AND INELLIGIBLE FOR AWARD. 9. BASIS OF AWARD: (a) The Government will award a purchase order resulting from this solicitation to the responsive technically acceptable responsible Small Business Administration certified, Service-Disabled Veteran-Owned Small Business Offeror in accordance with the Federal Acquisition Regulation, whose proposal conforms to the solicitation requirements, Performance Work Statement and will be most advantageous to the Government with the lowest total aggregate price determine to be fair and reasonable. Although the Government intends to award without discussions, with exceptions to clarifications, if the price cannot be determined to be fair and reasonable, negotiations may commence. The Government reserves the right to seek additional information and to hold discussions if it is determined to be within the best interest of the Government. (b) The SAM.gov website and any other Government-sponsored information available may be utilized to help make a responsibility determination in accordance with FAR 9.104. (c) Before the Offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. - Each Offeror shall submit a technical proposal which addresses how the Offeror will meet the requirements of the Performance Work Statement (PWS) to include meeting the proposed schedule outlined in the solicitation and the PWS. Failure to provide this information will render your proposal unacceptable. If subcontractors are being utilized, the subcontractor(s) name and information SHALL be included in the proposal and the percentage of total subcontracting. The subcontractor tasks should be identified on the Contract Cost Breakdown Form. Failure to provide this information may result in the proposal being considered non-responsive and ineligible for award. Price: Price is lowest priced offer. Award may not be made to the lowest Offeror if the technical capability statement is considered unacceptable. - Minimum Acceptability: If an Offeror takes exception to any of the terms and conditions of the solicitation, the Offeror may not be considered for award. All Offerors are urged to ensure that their initial proposals are submitted with the most favorable terms in order to reflect their best possible W15QKN25QA164 Page 3 of 44 potential. The Offer shall have a valid and current certification through SBA as a registered Service-Disabled Veteran-Owned Small Business. Offerors who fail to have a valid and current registration as a Service-Disabled Veteran Owned Small Business with the SBA may not be considered for award. - Price is lowest priced offer. Award may not be made to the lowest Offeror if the technical capability statement is considered unacceptable. 10. COMPLETING A QUOTE FOR SUBMITTAL a. Proposals are due no later than the date and time listed in Block 13 of the SF 1442 and shall be submitted via email to: Mitchell Douglas, Contract Specialist at Mitchell.e.douglas.civ@army.mil and Ms. Jasmyne Peterson, Contracting Officer at jasmyne.c.peterson.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities websites at https://www.SAM.gov. b. The Offeror shall provide the name, title, address, email address, and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the Solicitation. c. The Offeror shall submit a price for each FFP Contract Line-Item Number (CLIN) on the SF 1442. The Government maintains a tax- exempt status. d. The Offerors shall submit a signed SF1442 (Pg.2, Block 30a. Signature of Offeror/Contractor). The Offeror is required to complete blocks 14, 30a, 30b and 30c of the SF1442. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation. e. The Offerors shall provide their UEID Number, CAGE Code, Federal Tax Identification Number and any small business preference or socioeconomic designations (8a Certified, HUBZone Certified, WOSB, etc.) that are applicable to this NAICS Code stated at Block 10 of this SF 1442. f. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY* UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price. g. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR Clause 52.228-5, ""Insurance - Work on a Government Installation"" and ""Required Insurance. h. Offeror shall complete all ""fill-ins"" in provisions and clauses that apply and include with submission response to this solicitation. i. The offeror is reminded it shall offer on any issued plans, drawings, and specifications as amended. Failure to provide any applicable information required and any deviations, conditions or attachments made by the offeror itself may render the offer nonresponsive and may be cause for ineligibility for award. 11. All services shall be performed in accordance with the Statement of Work (SOW). 12. All offers shall remain valid for 120 calendar days. Multiple proposals will not be accepted. 13. SAM Unique Entity ID#: 14. CAGE (commercial and government entity) code 15. Federal Tax ID#: 16. Attachments: Attachment 0001: Performance Work Statement (PWS) Attachment 0002: DBA Wage Determination MA20250001 (d. 04.04.2025) Attachment 0003: Construction Cost Breakdown Form
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7a3e935f8bc7465fb487cbfa97bf2231/view)
- Place of Performance
- Address: Devens, MA 01434, USA
- Zip Code: 01434
- Country: USA
- Zip Code: 01434
- Record
- SN07456181-F 20250529/250527230045 (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 |