Posted: May 17, 2023, 12:10 a.m. EDT
The purpose of Amendment 0004 is to incorporate revisions to the solicitation identified below: (1) The following sections of the solicitation have been revised as shown on the attached pages. Changes to the sections have a strike through, highlighted font, and a vertical line on the left hand of the page. Existing documents shall be removed and replaced. ? Section C ? Contract Performance Work Statement (Security Requirements)? Section L ? Instructions, Conditions, and Notices to Bidders? Section M ? Evaluation Factors for Award(2) Software Matrix attachment is revised. Existing attachment shall be removed and replaced.(3) Section J, JL-1 Questions and Answers attachment have been included in this amendment. (4) All solicitation documents not included in this amendment remain unchanged. Please continue to monitor SAM.gov and PIEE for any updates to this solicitation. Changes to the solicitation can only be made by the issuance of amendments.
Posted: May 5, 2023, 3:55 p.m. EDT
Posted: May 3, 2023, 4:28 p.m. EDT
Posted: April 24, 2023, 10:55 p.m. EDT
Posted: April 19, 2023, 10:30 p.m. EDT
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR part 15 and FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.The solicitation number is N6274223R3611 and will be issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. This requirement is being solicited as an 8(a) competitive. The NAICS code for this requirement is 236220 with a small business size standard of $45M. This synopsis/solicitation notice is a request for proposals for a Non-Personal Service Contract to provide Construction Management Services that will support the existing workforce in the Naval Facilities Engineering Services Command Systems (NAVFAC) Pacific Area of Responsibility (AOR). Services shall be in accordance with the attached Performance Work Statement (PWS). PLACE OF PERFORMANCE: The place of performance for the work under this acquisition is NAVFAC Pacific AOR, primarily for the Shipyard Infrastructure Optimization Program (SIOP) program, Joint Task Force Red Hill (JTF-RH), Defense Policy Review Initiative (DPRI), Pacific Deterrence Initiative (PDI). NAVFAC Pacific AOR include, but are not limited to, the following locations:Far East: Atsugi, Camp Butler, Iwakuni, Misawa, Okinawa, Sasebo, Singapore, Yokosuka, Chinhae (Korea), Diego Garcia (British Indian Ocean Territory) and the PhilippinesMarianas: All bases on Guam, including Naval Base Guam, Camp Blaz and Andersen Air Force Base; Timor Leste, Palau, Tinian, Yap, Chuuk, and various islands in the Commonwealth of the Northern Mariana Islands (CNMI)AustraliaHawaii: Marine Corps Base Hawaii, Joint Base Pearl Harbor Hawaii, Pacific Missile Range Facility Barking Sands (PMRF)Northwest: Bangor, Bremerton, Everett, Whidbey, Puget SoundSouthwest: 29 Palms, Barstow, Bridgeport, Camp Pendleton, China Lake, Coastal Campus, Coronado, El Centro, Fallon, Lemoore, MCRD, Miramar, Monterey, Point Loma, San Diego, Seal Beach, San Francisco, Travis Air Force Base, Ventura, Yuma.PERIOD OF PERFORMANCE: The period of performance (PoP) for the work under this acquisition is the base year, plus four 12-month option Periods. ? Base Period 09/26/2023 to 09/25/2024? First Option Period 09/26/2024 to 09/25/2025? Second Option Period 09/26/2025 to 09/25/2026? Third Option Period 09/26/2026 to 09/25/2027? Fourth Option Period 09/26/2027 to 09/25/2028Per FAR 12.603(c)(2), the following clauses and provisions are applicable to this acquisition and all addenda are contained within or attached to this solicitation:? FAR 52.212-1, Instructions to Offerors ? Commercial Products and Commercial Services (Nov 2021)? FAR 52.212-2, Evaluation ? Commercial Items (Nov 2021)? FAR 52.212-3 Alt I (Dev), Offeror Representations and Certifications ? Commercial Products and Commercial Services (Deviation 2023-O0002) Alternate I (Oct 2014)? FAR 52.212-4, Contract Terms and Conditions ? Commercial Products and Commercial Services (Dec 2022)? FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Products and Commercial Services (Dec 2022)Proposals must be received by noon, Hawaii Standard Time (HST) on Monday, May 22, 2023 through electronic submittal:? The Contractor shall submit all volumes of its proposal electronically using Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at the website https://cac.piee.eb.mil/sol/xhtml/auth/index.xhtml? Register at PIEE using the PIEE Vendor Registration Guide, provided in Attachment JL-1.? Follow the PIEE Proposal Manager, Proposal Manager Functions and Posting Offer Guides, Attachment JL-1.? Electronic cost proposal files shall include editable and searchable documents (e.g. Excel files, Word, Adobe PDF)) of Cost Model and the supporting cost documentation. Ensure all links to external files from the proposal spreadsheets/formulas have been removed. Excel spreadsheets shall not contain macros, circular references or iterative formulas. If submitting PDF documents with the electronic proposal, the text shall be a font of Arial, 11 point.? Electronic submissions shall be compatible with Windows type CPUs and Microsoft Word 2016, Excel 2016 (file extension shall be .xlsx or .xls), and Adobe Acrobat Software .Proposals not received at the above address on or before the hour and date set forth for receipt of proposals shall be subject to the provisions of FAR 52.215-1(c), ?Submission, modification, revision, and withdrawal of proposals.? Questions regarding this solicitation are due no later than May 08, 2023 at 14:00 HST, by email to the government point of contact, Vanessa Cariaso at vanessaann.s.cariaso.civ@us.navy.mil or NFPACQ21-Box1@navy.mil. Questions will be answered by an amendment to this solicitation not individually when received. Please continue to monitor SAM.gov and PIEE for any updates to this solicitation. Changes to the solicitation can only be made by the issuance of amendments.
Background
The solicitation is for Construction Management Services II NAVFAC Pacific AOR. The work to be performed involves repair work inside the Old Conduit, construction of a guard rail at Manhole No. 52 vent house, and pressure cleaning by dry abrasive blasting of the existing sluice gates at three separate cross-connection structures. The effort required under this contract will be performed in support of the Washington Aqueduct between the Potomac River at Great Falls and the Dalecarlia Water Treatment Facility.
Work Details
The project involves repair work inside the Old Conduit, including repair of approximately 12,000 linear feet of the 8 to 10-foot diameter Old Conduit through the installation of shotcrete, repair of approximately 305 linear feet of the 8.5 to 9.5-foot diameter Old Conduit through the installation of carbon fiber reinforced polymer composite system, removal and disposal of debris inside the Old Conduit, access resetting and restoration or modification of temporary access locations, removal, salvage and replacement or installation of metal station markers inside the Old Conduit, installation of a guard rail at Manhole No. 52 structure, pressure cleaning by dry abrasive blasting of the existing sluice gates at cross connections #1, #2, and #3, record drawing as-built survey of the entire internal length of the conduit, restoration of disturbed areas to original or better conditions, demolition and disposal options for existing gates and structures.
Period of Performance
The period of performance is expected to be approximately Fifteen (15) months.
Place of Performance
The construction projects will be performed between the Potomac River at Great Falls and the Dalecarlia Water Treatment Facility.