Search Contract Opportunities

DLA-Barstow Disposition Warehouse Project, Barstow , CA   3

ID: W912DW23R0007 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below.

The United States Army Corps of Engineers (USACE) Seattle District anticipates solicitation and award of a Firm-Fixed Price contract resulting from Request for Proposal (RFP) W912DW-23-R-0007. This requirement is to repair, renovate, and install equipment at Warehouse 14 located at Marine Corps Logistics Base Barstow, California.

This Request for Proposal (RFP) is available to all business firms with active SAM registration under North American Industry Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction.

In accordance with DFARS 236.204, construction magnitude is estimated to be in the range of $10,000,000 to $25,000,000. 100 percent payment and performance bonds will be required.

The existing Warehouse 14 building at the site was constructed in 1940 and is a redwood frame structure located on Marine Corps Logistics Base, Barstow, California. The general scope includes installing warehouse support equipment, replacing associated utility infrastructure, and revamping truck receiving/transportation flow. Primary project features are as follows:

  • Demolish and remove all existing items within the warehouse (lighting, pallet racks, fire alarm, electrical).
  • Repair and diamond polish slabs and concrete joints, interior support structure, and paint walls.
  • Construct warehouse items (i.e., electrical service, lighting, fire alarm, security camaras, warehouse equipment and pallet racking and security cage systems, HVAC, offices, restrooms, loading docks, and roof repair);
  • Traffic control and monitoring systems (traffic lights, proximity sensors and CT intersection camera, powered entry/exit gates, exterior CONEX office, Radiation Detection Monitor, Truck Scale, and over-head canopy structure)
  • Construct 50-foot span single lane vehicle bridge between the truck inspection area to the warehouse facility.

Proposal Evaluation: The Government will use the procedures in FAR 15.3 Source Selection under competitive negotiated proceedings to select the Offeror that represents the best value to the Government. Award of the contract will be made to the technically acceptable responsible Offeror submitting the lowest priced offer (based on the total of all line items on the Price Schedule) Lowest Priced Technically Acceptable Offer (LPTA) in accordance with Federal Acquisition Regulation (FAR) 15.101-2. All evaluation factors that may affect the contract award and their relative importance will be clearly stated in the solicitation.

Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete.

ON OR ABOUT 18 NOVEMBER 2022 the solicitation documents for this project will be available via the website https://beta.sam.gov/ under Contract Opportunities W912DW-23-R-0007. Your firm must be registered with https://beta.sam.gov/ to download the solicitation documents. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through https://beta.sam.gov/. Offerors are responsible for checking https://beta.sam.gov/ frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror's inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to https://beta.sam.gov/ and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation. Your firm's proposal shall be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/.

To view the Solicitation when posted, Vendors must have an active registration in SAM.gov.

For PIEE registration, training, and instructions for posting an offer, refer to the following links:

  • PIEE Registration_ https://piee.eb.mil/

Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. Please be advised that when using the PIEE Solicitation Module, the user's email address in PIEE must match the email address on file in SAM.gov.

  • PIEE Solicitation Module_

Training and instructions are accessible through PIEE Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/ (For instructions specific to posting an offer, select Solicitation Module' -- Proposals (Offers)' Posting Offer')

For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox eBusiness -- Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module

POINT-OF-CONTACT:

The point-of-contact for administrative or contractual questions is Cassandra Gonzalez at email: Cassandra.P.Gonzalez@usace.army.mil. All questions must be submitted in writing to the above point-of-contact. No phone calls. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the solicitation process.

Contracting Office Address:

USACE District, Seattle, ATTN: CENWS-CT, 4735 EAST MARGINAL WAY SOUTH, BLDG 1202, Seattle, WA 98134

Overview

Response Deadline
Nov. 18, 2022, 1:00 p.m. EST Past Due
Posted
Nov. 4, 2022, 4:58 p.m. EDT
Set Aside
None
Place of Performance
Barstow, CA 92311 USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Odds of Award
85%
On 11/4/22 USACE Seattle District issued Presolicitation W912DW23R0007 for DLA-Barstow Disposition Warehouse Project, Barstow , CA due 11/18/22. The opportunity was issued full & open with NAICS 236220 and PSC Y1GZ.
Primary Contact
Name
Cassandra Gonzalez   Profile
Phone
(206) 316-3877

Secondary Contact

Name
Curt Stepp   Profile
Phone
(206) 764-6805

Documents

Posted documents for Presolicitation W912DW23R0007

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DW23R0007

Award Notifications

Agency published notification of awards for Presolicitation W912DW23R0007

Contract Awards

Prime contracts awarded through Presolicitation W912DW23R0007

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DW23R0007

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DW23R0007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > US ARMY ENGINEER DISTRICT SEATTLE
FPDS Organization Code
2100-W912DW
Source Organization Code
100221304
Last Updated
Dec. 3, 2022
Last Updated By
curt.stepp@usace.army.mil
Archive Date
Dec. 4, 2022