IDIQ UNDER NAICS CODE 237110 WATER AND SEWER LINE AND RELATED STRUCTURS CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE MARINE CORPS BASE CAMP PENDLETON AND NAVAL WEAPONS STATION SEAL BEACH, CA AREA OF RESPONSIBILITY (AOR).

Agency: DEPT OF DEFENSE
State: California
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Dec 5, 2022
Due: Dec 20, 2022
Solicitation No: N62473-23-R-2601
Publication URL: To access bid details, please log in.
Follow
IDIQ UNDER NAICS CODE 237110 WATER AND SEWER LINE AND RELATED STRUCTURS CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE MARINE CORPS BASE CAMP PENDLETON AND NAVAL WEAPONS STATION SEAL BEACH, CA AREA OF RESPONSIBILITY (AOR).
Active
Contract Opportunity
Notice ID
N62473-23-R-2601
Related Notice
N6247323R2601
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC SW
Office
NAVFAC SOUTHWEST
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 05, 2022 11:53 am PST
  • Original Response Date: Dec 20, 2022 02:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
  • Product Service Code: Z2ND - REPAIR OR ALTERATION OF SEWAGE AND WASTE FACILITIES
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Camp Pendleton , CA
    USA
Description

This procurement is for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) and is being advertised as a 100% HubZone Small Business (HUBZONE) set-aside. This procurement will utilize the best value source selection process with the intent to award one (1) contract to one (1) responsible Offeror whose proposal, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered.





This is an IDIQ JOC contract with pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or their properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. Projects will be primarily design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION PROJECTS.





The work to be acquired under this solicitation is for construction, supervision, equipment, material, labor, and all means necessary for commercial and institutional buildings new construction, alterations, repair, and replacements construction projects at various government facilities within the NAVFAC SW Facilities Engineering Acquisition Divisions (FEAD) Marine Corps Base (MCB) Camp Pendleton (Camp Pendleton) and Naval Weapons Station (NWS) Seal Beach, California, Area of Responsibility and other locations as approved. Types of projects may include, but are not limited to: water and sewer lines, mains, pumping stations, treatment plants, and storage tanks.





The North American Industry Classification System (NAICS) code is 237110 (Water and Sewer Line and Related Structures Construction) with a small business size standard of $39.5 million. The basic contract performance period will be for 24 months. Each contract contains two (2) 36-month options for a total maximum duration of eight (8) years. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $35,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $2,000 and $1,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee.





The Government intends to evaluate proposals and award contract without discussions. Selection for award will be based on evaluation of the following: Factor 1 – Ability to Manage Multiple Simultaneous Projects, Factor 2 – Experience, Factor 3 - Past Performance, Factor 4 – Safety, Factor 5 –Price (based on Proposed Task Order 0001). Best Value Tradeoff Source Selection procedures will be used, and award may be made to the Offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. No site visit will be held, and no pre-proposal conference will be conducted.





This acquisition is being restricted to HUBZONE and 237110 NAICS code. In order to qualify as a Small Business contractor, companies must meet the requirements and steps listed at the SBA’s webpage at https://www.sba.gov/federal-contracting/contracting-assistance-programs/hubzone-program and have current registration in the System for Award Management (SAM) database. NOTE: SAM registrations are taking longer than usual to complete/process. This is especially true for newly formed Joint Ventures. Prospective offerors are highly encouraged to start the SAM registration prior to issue of the Request for Proposal.

THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. The RFP will be posted to https://PIEE.eb.mil/ and https://sam.gov/content/opportunities on or around January 04, 2023. IT IS THE CONTRACTOR’S RESPONSIBILITY TO CHECK THE WEBSITES DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective Offerors MUST register themselves on the aforementioned websites. Plan holders lists will not be faxed and will be available only at Internet website address listed above.

No pre-proposal conference is planned at this time. If the decision is made to have such a conference, the appropriate information will be included in the solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 1220 PACIFIC HIGHWAY
  • SAN DIEGO , CA 92132-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow To replace the gravel with a water-permeable, weed-suppressive covering in Greenhouse project,

AGRICULTURE, DEPARTMENT OF

Bid Due: 8/31/2024

Follow Construction Vehicle and Equipment Short Term Rental (STR) Services Indefinite Delivery Indefinite

DEPT OF DEFENSE

Bid Due: 4/19/2024

Follow Schafer Dam Elevator Upgrade Active Contract Opportunity Notice ID W9123824Q0033 Related Notice

DEPT OF DEFENSE

Bid Due: 5/09/2024

Follow UPS Preventive Maintenance (PM) services Active Contract Opportunity Notice ID N0024424Q0162 Related

DEPT OF DEFENSE

Bid Due: 5/08/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.