Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2025 SAM #8558
SOLICITATION NOTICE

Z -- FY 25 Wax Plant Electrical Upgrades, B3566

Notice Date
4/30/2025 10:48:06 AM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-3409 USA
 
ZIP Code
90017-3409
 
Solicitation Number
W912PL25RA014
 
Response Due
6/17/2025 2:00:00 PM
 
Archive Date
06/17/2025
 
Point of Contact
Otse ADIKHAI, Phone: 2134523248, CHRISTINA CHAVEZ, Phone: 2134523246
 
E-Mail Address
otse.a.adikhai@usace.army.mil, Christina.Chavez@usace.army.mil
(otse.a.adikhai@usace.army.mil, Christina.Chavez@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A 100% SMALL BUSINESS SET-ASIDE. This is a design-build construction project to complete D-B drawings from 65% to 100% and furnish all materials and labor necessary to install three (3) Wax Mixing,Melting, and Pouring Systems (WMMPS) and two conditioning chambers at building 3566. The WMMPS and chambers will be configured primarily to support wax loading of projectile and mortar bodies which support Yuma Test Center (YTC) test mission. The procurements shall be accomplished by procurement and installation of chambers, melting pots, mixing pots, distribution points, pipes, pumps, controls, and other equipment. New equipment will eliminate steam injection by utilizing electric resistive heating to directly heat the wax equipment. To accommodate increased demands for electrical service inside of the facility, increasing the available power at building 3566 is necessary. The current wax equipment, fuel tank, steam generators, and all associated piping shall be removed and disposed. Work may include incidental related work.The proposed project will be a Negotiated Procurement using the Best Value process in accordance with FAR Part 15.101-1, Lowest Price Technically Acceptable to result in a competitive, firm-fixed price contract. In accordance with FAR Part 36/DFARS Part 236, the estimated construction price range for this project is between $1,000,000 to $5,000,000.00. Estimated duration of the project is 540 calendar days. The North American Industry Classification Code (NAICS) for this procurement is 238990 -- Building and Property Specialty Trade Services. The Small Business Size Standard is $19,000,000.00. Classification Code: Z -- Maintenance, Repair, Alteration of Structures/Facilities. Estimated duration of the project is 540 calendar days. This acquisition will be conducted under a competitive negotiated source selection process in accordance with FAR 15 ? Contracting by Negotiation. The acquisition will be using the Best Value LPTA (Best Value Lowest Price Technically Acceptable). Eligible offerors will be required to provide a technical and price proposal for consideration of award. The technical proposal will be evaluated based on the evaluation criteria stated in the RFP. Those offers that are determined to be Technically Acceptable will then be evaluated based on the lowest price submitted. Non-cost factors (evaluation factors) may consist of the following: Past Performance, Technical Approach, Management Effectiveness, and Schedule. The government will award a Firm-Fixed-Priced construction contract to the Offeror who is responsible and submits the Lowest Price Technically Acceptable Offer. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that it will not pay more than 85 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractors 85 percent subcontract amount that cannot be exceeded. Any work that a similarly situated entity further subcontracts will count toward the Contractors 85 percent subcontract amount that it cannot exceed per Federal Acquisition Regulation (FAR) 52.219-14 Limitations on Subcontracting. Plans and specifications will not be provided in hard copy. The solicitation and amendments will be posted on https://sam.gov/content/home. The solicitation will be available on or about 16 May 2025 with proposals due on or about 17 June 2025. Solicitation and all amendments for this acquisition will be posted on https://sam.gov/content/home. THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from https://sam.gov/content/home will require prior registration in System for Award Management (SAM). If you are a first time SAM user, you will be required to register in https://sam.gov/content/home prior to accessing the solicitation documents. The following information will be required prior to registration: SAM UEI Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, E-mail address. Once registered with System for Award Management (SAM), interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with the System for Award Management (SAM) and therefore must be SAM-registered, have a MPIN, and either SAM UEI or CAGE Code. The SAM website can be accessed at https://sam.gov/content/home. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION REQUIREMENT: Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offerors are advised that the Bid Opening will be Virtual and are expected to review the IFB documents and its amendments carefully for instructions and expectations of the virtual bid opening procedures.IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - https://sam.gov/content/home - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9dad3713ca614307915e09016fa17535/view)
 
Place of Performance
Address: Yuma Proving Ground 301 C St. Building 3566Yuma, AZ 85365, Yuma Proving Ground, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN07426347-F 20250502/250430230045 (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.