Water Production Well #6 Davis-Monthan Air Force Base, AZ

Agency: DEPT OF DEFENSE
State: Arizona
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159531042609059
Posted Date: Jul 24, 2023
Due Date: Aug 2, 2023
Solicitation No: W912PL23B0016
Source: Members Only
Follow
Water Production Well #6 Davis-Monthan Air Force Base, AZ
Active
Contract Opportunity
Notice ID
W912PL23B0016
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST LOS ANGELES
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jul 24, 2023 12:04 pm PDT
  • Original Response Date: Aug 02, 2023 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1NE - CONSTRUCTION OF WATER SUPPLY FACILITIES
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Tucson , AZ 85707
    USA
Description

The U.S. Army Corps of Engineers Los Angeles District has been tasked to solicit for an award for the Water Production Well #6 at Davis-Monthan Air Force Base (AFB), Tucson, Arizona.



PROJECT DESCRIPTION: Construction services for a new production water well to replace the out of service Well #6. Work includes mobilization to the site, coordination and approval of pre-construction submittals, plans, and permits; mud rotary drilling, well construction and development, water distribution piping and distribution main connection, new well house for valving, electrical panels, controls, VFD, and communications, and disinfection unit; electrical supply and service, earthwork, security fencing with access gates, and new access drive. The construction of new well house will consist of split face CMU, standing seam metal roof with insulation, heating and cooling unit, separated electrical room and incidental related work. The new well house shall also be provided a new access road and chain link security fence with double leaf swing gate access.



MINIMUM CAPABILITIES REQUIRED INCLUDE THE FOLLOWING: Adequate knowledge and experience in water well drilling and construction techniques is essential. This includes drilling method, demolition, well construction and development, earthwork, and electrical. Familiarity with local, regional, and national regulations governing water well construction is necessary. Compliance with permits, environmental regulations, and safety standards. Implementing proper safety protocols during construction of water well production. Conducting appropriate testing and quality assurance measures throughout the construction process is essential. This includes testing water well for water flow rates, water quality, and other performance parameters to ensure it meets the desired standards.



PROCUREMENT: This acquisition is 100% Small Business – Set aside. In accordance with FAR 36.204 the estimated magnitude range for this project is: Between $5,000,000 and $10,000,000. The North American Industry Classification Code (NAICS) for this procurement 237110- Water and Sewer Line and Related Structures Construction, with a size standard of $45,000,000.00. Contractors must be considered small business for the designated NAICS on the SAM.GOV website.



PROCUREMENT TYPE: This procurement will be conducted under FAR Part 14 Sealed Bidding.



CONTRACT TYPE: The government will award a Firm-Fixed-Priced construction contract to the Bidder who submits an offer that is the best value to the government.



Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that it will not pay more than 85 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded. Any work that a similarly situated entity further subcontracts will count toward the Contractor’s 85 percent subcontract amount that it cannot exceed per Federal Acquisition Regulation (FAR) 52.219-14 Limitations on Subcontracting.



SOLICITATION: Plans and specifications will not be provided in hard copy. The solicitation and amendments will be posted on https://sam.gov/content/home. The solicitation will be available on or about 11 August 2023 with Bids due on or about 10 September 2023. . Solicitation W912PL23B0016 and all amendments for this acquisition will be posted on https://sam.gov/content/home. THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from https://sam.gov/content/home will require prior registration in System for Award Management (SAM). If you are a first time SAM user, you will be required to register in https://sam.gov/content/home prior to accessing the solicitation documents. The following information will be required prior to registration: SAM UEI Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, E-mail address. Once registered with System for Award Management (SAM), interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with the System for Award Management (SAM) and therefore must be SAM-registered, havwe a MPIN, and either SAM UEI or CAGE Code. THe SAM website can be accessed at https://sam.gov/content/home.



SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION REQUIREMENT: Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.



Bidders are advised that the Bid Opening will be Virtual and are expected to review the IFB documents and its amendments carefully for instructions and expectations of hte virtual bid opening procedures.



IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - https://sam.gov/content/home - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 915 WILSHIRE BLVD SUITE 1109
  • LOS ANGELES , CA 90017-3409
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jul 24, 2023 12:04 pm PDTPresolicitation (Original)

Related Document

Aug 18, 2023[Presolicitation (Updated)] Water Production Well #6 Davis-Monthan Air Force Base, AZ
Aug 21, 2023[Solicitation (Original)] IFB Water Well Production #6,Davis-Monthan Air Force Base, Arizona

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 >