Steel Structures Across WAPA Regions
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Apr 14, 2022 08:10 am MDT
- Original Published Date: Apr 04, 2022 11:37 am MDT
- Updated Date Offers Due: Apr 27, 2022 03:00 pm MDT
- Original Date Offers Due: Apr 27, 2022 03:00 pm MDT
- Inactive Policy: Manual
- Updated Inactive Date: Apr 28, 2022
- Original Inactive Date: Apr 28, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 9520 - STRUCTURAL SHAPES
- NAICS Code:
- 331210 - Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
- Place of Performance: USA
Description
Amendment #0002: (04/14/2022) This amendment is being issued to answer questions submitted in response to this solicitation for Steel Structures for Western Area Power Administration (WAPA). The questions and answers, as well as the applicable drawings, are incorporated as an attachment.
All other terms and conditions remain unchanged.
This is a Request for Quote (RFQ). The Department of Energy/Western Area Power Administration (WAPA) has a requirement for various steel structures in accordance with the attached Specifications and Drawings documents. There are multiple WAPA sites eligible for delivery of these steel structures located throughout the following states: Arizona, California, Colorado, Iowa, Minnesota, Montana, Nebraska, New Mexico, North Dakota, South Dakota, Utah and Wyoming and delivery orders may be issued by WAPA contracting officers within any of the six (6) WAPA regional offices. Delivery points for the steel structures will be in surface storage areas adjacent to all-weather roads. This requirement is a continuation and result of Request for Information (RFI) # 89503021NWA000009 posted to FedConnect.
The Government intends to acquire these items using the provisions, clauses, and procedures prescribed in FAR Part 12 and FAR Part 13, specifically FAR Part 13.5 Simplified Procedures for Certain Commercial Items. This is a Women-Owned Small Business (WOSB) set aside requirement.
The North American Industry Classification System (NAICS) code for this acquisition is 331210, and the size standard is 1,000 employees. It is anticipated this action will result in an Indefinite quantity (IDIQ) type contract with firm-fixed price and fixed price with economic price adjustment line items, and the period of performance will be one (1) base year and four (4) one-year option periods. The Minimum Guarantee Value for the master IDIQ contract award is $1,000.00. The Total Maximum Contract Value, defined as the sum of contractor payment streams associated with all delivery orders against the master IDIQ contract, shall not exceed $6,400,000.00. The Government intends to award to the responsible contractor whose quote is determined to be the best value to the Government based upon technical capability, price, and past performance.
All questions submitted by vendors along with their corresponding answers will be posted publicly on SAM.gov (formally FBO) and FedConnect as necessary.
In accordance with FAR 5.207, all responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. It is highly recommended that, prior to submitting a quotation, interested parties obtain a Unique Entity ID (UEI) and register in the System for Award Management (SAM), www.sam.gov, as these requirements are mandatory for any firm selected for a contract award.
Please see the attached Specifications, Drawings, Standard 5, and Pricing Schedule documents. The quantities on the Pricing Schedule are estimated quantities only, quantities will be determined on each individual order.
It is the potential offerors responsibility to monitor Federal Business Opportunities (FBO) on SAM.gov for the release of amendments (if any), or other documents relating to this procurement.
Questions will only be accepted via e-mail to Jeanniene Warner at jwarner@wapa.gov by 3:00 PM Mountain Standard Time on 12 April 2022. Please reference the above solicitation number when responding to this notice. No telephone requests will be honored.
All quotes are due in by 3:00 PM Mountain Standard Time on 27 April 2022.
Attachments/Links
Contact Information
Contracting Office Address
- 12155 W. ALAMEDA PKWY
- LAKEWOOD , CO 80228
- USA
Primary Point of Contact
- Jeanniene Warner
- jwarner@wapa.gov
Secondary Point of Contact
History
- Apr 28, 2022 09:55 pm MDTSolicitation (Updated)
- Apr 04, 2022 12:40 pm MDTSolicitation (Updated)
- Apr 04, 2022 11:37 am MDTSolicitation (Original)