Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

Z -- Nationwide Tower/Antenna Multiple Award Construction IDIQ Contract (TMACC)

Notice Date
5/19/2022 10:03:14 AM
 
Notice Type
Solicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
CEU OAKLAND(00088) OAKLAND CA 94612 USA
 
ZIP Code
94612
 
Solicitation Number
70Z08822RESDV0001
 
Response Due
6/20/2022 5:00:00 PM
 
Archive Date
07/05/2022
 
Point of Contact
Travis Cohen, Phone: 8182986387, Denver Johnson, Phone: 5106375588
 
E-Mail Address
travis.cohen@uscg.mil, denver.l.johnson@uscg.mil
(travis.cohen@uscg.mil, denver.l.johnson@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This announcement constitutes the only solicitation. The solicitation number is 70Z08822RESDV0001. The solicitation is issued as a Request for Proposal (RFP) and the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04.� The North American Industry Classification System (NAICS) for this acquisition is 237130 Power and Communication Line and Related Structures. The size standard is $39.5 million. The purpose of this contract solicitation is to solicit a Tower/Antenna Multiple-Award Construction Contract (TMACC). The TMACC contracts will meet a majority of the USCG tower and antenna construction, maintenance, rehabilitation, demolition, inspection, and repairs with a value below $3M within the 50 United States and its territories. Initial contracts will be competitively solicited and awarded nationally.� Task orders will range from a minimum task order value of $3,500 dollars to a maximum task order value of $3 million dollars. Orders will be solicited on a competitive basis among the TMACC firms unless an authorized exception applies. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. Awards will be restricted to small business set-aside firms. All qualified small business firms can compete. The U.S. Coast Guard intends to award up to seven (7) Indefinite Delivery Indefinite Quantity (IDIQ) Nationwide Tower/Antenna Multiple Award Construction Contracts (TMACCs). The terms and ordering procedures of each contract will be uniform among the IDIQ contracts and consistent with ordering procedures in FAR 16.505. Each of the IDIQ contracts will include a base year plus four one-year options (five-year total). Task order limits will range from $3,500 to a maximum task order value of $3 million. The minimum guarantee for each individual contract will be $1,000. The anticipated aggregate capacity for the seven new national TMACC contracts is $24.9 million dollars. Contract awardees will be eligible to compete for TMACC task orders at various USCG Districts in locations nationwide. A map of the Coast Guard Districts has been provided below. Ordering authority will be available to any United States Coast Guard component with appropriate warrant authority. However, task orders will primarily be awarded and administered by the Coast Guard�s Civil Engineering Units (CEUs). The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders across the United States and its territories. Firms shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each Task Order dependent upon the needs of the requiring entity. In order to be selected for award, offerors will be required to submit an electronic proposal consistent with the requirements of Section L of the solicitation.� It is the offerors� responsibility to insure their proposal meets all of the requirements stated in Section L of the solicitation.� Failure to provide all necessary information may result in a proposal being rejected or not receiving full consideration since the Government reserves the right to award a contract based upon initial proposals and without negotiations. As stated in Section M of this solicitation, the Government intends to award a maximum of seven contracts, but reserves the right to adjust the number of contract awards or make no award at all. The Government intends to make multiple awards of this tower multiple-award construction contracts for one base year with four one-year option periods.� Consistent with FAR 15.305(a) (2) past performance will be an important part of the evaluation.� Offerors shall be provided the opportunity to identify past or current contracts for efforts similar to the Government requirements.� Offerors should provide the submission of information as required by Section L.11 -Electronic Proposal Submission in DoD SAFE. Please carefully review all attachments. Request for Clarification can be submitted to Contracting Officer, Travis Cohen, at (510) 637-5589, email: Travis.Cohen@uscg.mil and Contract Specialist, Denver Johnson, at (510) 637-5588, email:� Denver.L.Johnson@uscg.mil. Request for Clarification should be submitted using form provided, Appendix J.4 Contractor�s pre-proposal inquiry form. Submitted Proposals must include the following information- One (1) completed copy of the SF 1442 (RFP Section A) and signed copies of all amendments. RFP-Section B, Schedule of Prices (see submission instruction in Section L PART I � PRICE PROPOSAL) RFP- Section K, Reps and Certs (note highlighted sections) RFP- Section L PART I � PRICE PROPOSAL; PART II � TECHNICAL/ RELEVANT EXPERIENCE/ PAST PERFORMANCE/ SEED PROJECT TECHNICAL APPROACH; PART III� ADDITIONAL REQUIRMENTS. SPECIAL PROPOSAL SUBMISSION INSTRUCTIONS DUE TO COVID-19 Due to continued public health concerns and delivery delays arising in response to COVID-19, USCG CEU Oakland will NOT accept Proposals by mail, hand-carry, or commercial courier (that is, no physical Proposals will be accepted in response to this solicitation). All Proposals must be submitted by electronic commerce only (that is, by submission through DoD SAFE). Proposal Submission Due to the current COVID-19 pandemic, all proposals shall be submitted electronically through the DoD SAFE website (https://safe.apps.mil/). Offerors are limited to five (5) maximum files per upload (total size cannot exceed 2GB). If an offeror attempts to transmit a large number of files, recommend that combining or ZIP files before uploading to the DoD SAFE website. Offerors may use compression utility software such as WinZip or PKZip to reduce file size and facilitate transmission. It is Offerors� responsibility to check with DoD SAFE to ensure successful submission. Offerors are responsible for allowing sufficient time for the proposal to be received in accordance with the instructions provided. Accordingly, CEU Oakland will NOT accept proposals by mail, hand-carry, or commercial courier (that is, no physical proposals will be accepted in response to this solicitation). All proposals must be submitted by electronic commerce only (that is, by submission through DoD SAFE, as discussed below, only). The Government will not be responsible for proposals delivered to any location or to anyone other than those designated to receive proposals on its behalf. Offerors are responsible for ensuring that proposals are submitted so as to reach the designated recipient of proposals. Offerors are responsible for allowing sufficient time for the proposal to be received in accordance with the instructions provided below. Electronic Proposal Submission in DoD SAFE In accordance with (IAW) FAR 52.214-7, LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF PROPOSALS, all proposals must be received at the initial point of entry to the Government infrastructure not later than 17:00 p.m. Pacific Daylight Time (PDT) on June 20, 2022. Proposals will be submitted through DoD Secure Access File Exchange (DoD SAFE) (https://safe.apps.mil/). DoD SAFE is the Government infrastructure utilized to secure proposal proposals and IAW FAR 14.202-8, citing FAR 4.5. All proposals must be uploaded into DoD SAFE infrastructure not earlier than June 15, 2022 and not later than (NLT) June 20, 2022, at 17:00 p.m. Pacific Daylight Time (PDT). To submit an Electronic Proposal Package through the DoD SAFE website, Offerors shall follow the following steps: Step 1: Send an Email no less than 24-hours prior to the closing date and time stated for receipt of Proposals to Denver Johnson at Denver.l.Johnson@uscg.mil requesting a secure link to upload your Proposal Package to the DoD SAFE website (https://safe.apps.mil/). Step 2: Prospective Offerors who timely submit a request will receive an automated email containing a link that will take the Offerors to the DoD SAFE website where the file can be uploaded. Step 3: Prospective Offerors shall follow the instructions on the linked webpage to upload the Proposal Package file. There is an optional note section that will be included in the email to the recipient selected. The recipient will receive an automated email containing any note entered and instructions for downloading the file. The electronic proposal submittal contents shall conform to the details of the solicitation and subsequent amendments. Receipt of Submissions For the purposes of establishing whether a proposal submission is considered timely, the government considers the date and time the submission is completely uploaded in the DoD SAFE website. For proposals larger than the 2GB capacity of the DoD SAFE website and require multiple submissions, the Government will consider the date and time the last submission is completely uploaded into the DoD SAFE website. Do not assume that electronic communication is instantaneous. It can take several minutes or even hours in some cases. The electronic proposal submittal contents shall conform to the details of the solicitation and subsequent amendments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7a724c1f8cc1488490d913316e8c2b4e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06332320-F 20220521/220519230058 (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.