Illinois Bids > Bid Detail

MACC DB/DBB Electrical & Fire Alarm System Support Services – NAVSTA Great Lakes

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159068316948264
Posted Date: Nov 14, 2022
Due Date: Dec 21, 2022
Solicitation No: N4008523R2570
Source: https://sam.gov/opp/23b311b9b3...
Follow
MACC DB/DBB Electrical & Fire Alarm System Support Services – NAVSTA Great Lakes
Active
Contract Opportunity
Notice ID
N4008523R2570
Related Notice
N4008521R0234
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVAL FAC ENGINEERING CMD MID LANT
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 14, 2022 09:49 am CST
  • Original Response Date: Dec 21, 2022 12:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237130 - Power and Communication Line and Related Structures Construction
  • Place of Performance:
    Great Lakes , IL 60088
    USA
Description

This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Electrical & Fire Alarm Projects at Naval Station Great Lakes and NOSCs within the AOR of a 450-mile radius of Naval Station Great Lakes.



PROJECT DESCRIPTION: The intention of the potential solicitation is to complete Electrical and Fire Alarm projects at the Naval Station Great Lakes and NOSCs within the AOR of a 450- mile radius of Naval Station Great Lakes. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, and transportation to perform all work associated with various projects ranging in size from $100,000.00 to $5,000,000.00 at assorted buildings and structures at Naval Station Great Lakes and NOSCs within the AOR of a 450-mile radius of Naval Station Great Lakes.



The general scope of this MACC will encompass Design/Build (DB) and Design/Bid/Build (DBB) projects that include new construction, demolition, repair, alteration, and renovation projects involving primarily electrical or fire alarm work. This could be utility/infrastructure type electrical systems, facility-based electrical systems, and/or building-related fire alarm systems. Types of facilities may include, but not limited to, administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, airfields, hangers, roads, etc.



Specifically, a given task order may include the following or similar:




  • Interior electrical systems consisting of Service Entrance Wiring and Equipment, Distribution and Lighting Panelboards, Dry Type Transformers, Conduits, Feeder and Branch Circuits, Motor Control Equipment, Lighting and Branch Wiring, Communications and Security Systems, Emergency Generators, Emergency Lighting and Power, Grounding, Lightning Protection, and UPS Systems.

  • Site electrical utility systems consisting of Substations, Transformers, Switchgear and Controls, Medium Voltage and Secondary Overhead and Underground Electrical Distribution, Grounding, Metering, Site Lighting, and Site Communications, and Security Systems.

  • Fire alarm systems including associated panels, mass notification systems, and devices.



Lead or asbestos abatement may be required. Work in explosive facilities may be required. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project.



No more than six (6) contracts will be awarded as a result of this potential solicitation unless more or less than six (6) awards is determined to be the best value to the government by the Source Selection Authority. The duration of the contract(s) will be for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts will not exceed $50,000,000 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $100,000 to $5,000,000; however, smaller and larger dollar value projects may be considered. It is anticipated that approximately five (5) task orders may be awarded annually under this MACC, though the actual number may be more or less. Firms shall demonstrate a minimum bonding capacity per project of at least $5,000,000 and an aggregate bonding capacity of $50,000,000.



Projects shall be in conformance with all applicable referenced criteria per the design/construction standards, laws and regulations, including applicable building, fire life-safety codes, and environmental regulations as outlined at:



http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc



The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, “Contracting by Negotiation.”



This solicitation will be advertised as Full and Open Competition. This is a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value continuum process at FAR 15.101-1, Tradeoff. The basis for evaluation and evaluation factors for award will be included in the solicitation.



The appropriate North American Industry Classification System (NAICS) code for the majority of projects under this MACC is 237130-Power and Communication Line and Related Structures Construction, and the Small Business Size Standard is $39,500,000.



Offerors will be required to submit with their offer a bid bond of at least 20% of the proposed price but shall not exceed $3,000,000 of the amount for Construction Wage Rate Requirement (CWRR) (formerly known as Davis bacon Act (DBA)) work.



A Sources Sought notice was issued seeking eligible Small Businesses, 8(a), HUBZone, Service-Disabled Veteran-Owned, and/or Woman-Owned Small Businesses capable of performing the requirements of this solicitation. The Sources Sought notice yielded six (6) responses. From the six (6) capabilities packages received, zero (0) firms were found to have the requisite experience and bonding capacity to successfully perform on this proposed contract. On 3 January 2022, The Small Business Association Representative approved a DD2579 Small Business Coordination Record recommending a Full and Open procurement.



The Request for Proposal (RFP) will be issued by NAVFAC MIDLANT PWDGL on or after 29 November 2022. The solicitation number will be N4008523R2570 on the SAM.gov website at https://sam.gov. Ensure that you register with the site so you will receive emails applicable to this solicitation in the event of any amendments and/or any changes regarding this solicitation and/or solicitation of interest. Primary POC: Ken Seymour; kenneth.d.seymour.civ@us.navy.mil.



IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >