Concrete Targets

Agency:
State: California
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159033677169065
Posted Date: Sep 26, 2023
Due Date: Sep 27, 2023
Source: Members Only
Follow
Concrete Targets
Active
Contract Opportunity
Notice ID
H9224023R0012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
US SPECIAL OPERATIONS COMMAND (USSOCOM)
Office
NAVAL SPECIAL WARFARE COMMAND
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Sep 26, 2023 12:49 pm PDT
  • Original Published Date: Sep 19, 2023 08:42 am PDT
  • Updated Response Date: Sep 27, 2023 11:00 am PDT
  • Original Response Date: Sep 27, 2023 11:00 am PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Oct 12, 2023
  • Original Inactive Date: Oct 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V115 - TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: VESSEL FREIGHT
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    CA
    USA
Description

The Naval Special Warfare (NSW) Command, Contracting Department, San Diego CA, 92155 intends to issue a solicitation for award of a 100% Small Business Set-Aside, Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for the manufacturing, delivery and placement up to eight (8) 2,000 LB concrete clumps six (6) times a year in the waters around San Clemente Island CA.





Concrete target specifications are as follows:



Approximately 4’x 3’ x 3’ with base width dimension wider than the top width for stability.



One (1) re-bar lifting eye.



Four (4) pipe protrusions extending approximately 36” from the top of the clump.



Targets shall weigh approximately 2,000 pounds.





The vendor shall have the ability to locate, retrieve, transport and dispose of concrete clump debris from previous training events.





The services will be acquired in accordance with the Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures.





The North American Industry Classification System (NAICS) code for this acquisition is 237990, Other Heavy and Civil Engineering Construction (rock removal, underwater, etc.). The small business size standard is $45M.





A complete Request for Quote package will be available for downloading at the Sam.Gov website on or about 19 September 2023. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site. By submitting an offer, the offeror is self-certifying that neither the requestor or the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contrast from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award.


Attachments/Links
Attachments
Document File Size Access Updated Date
Attachment 2 - ELIN Price List Updated 26 Sept 2023.xlsx (opens in new window)
13 KB
Public
Sep 26, 2023
Attachment 3 - Initial Task Order SOW Updated 26 Sept 2023.docx (opens in new window)
23 KB
Public
Sep 26, 2023
Attachment 1 - Statement of Work (SOW) Updated 26 Sept 2023.docx (opens in new window)
30 KB
Public
Sep 26, 2023
H9224023R0012-0001.pdf (opens in new window)
131 KB
Public
Sep 26, 2023
Attachment 3 - Initial Task Order SOW.docx (opens in new window)
23 KB
Public
Sep 19, 2023
Attachment 4 - SCA Wage Determination.txt (opens in new window)
48 KB
Public
Sep 19, 2023
Attachment 2 - ELIN Price List.xlsx (opens in new window)
12 KB
Public
Sep 19, 2023
Attachment 1 - Statement of Work (SOW).docx (opens in new window)
30 KB
Public
Sep 19, 2023
H9224023R0012 Released.pdf (opens in new window)
430 KB
Public
Sep 19, 2023
file uploads

Contact Information
Contracting Office Address
  • 3632 GUADALCANAL ROAD BLDG 165
  • SAN DIEGO , CA 92155-5583
  • 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 >