Skip to main content

An official website of the United States government

You have 2 new alerts

IDIQ MACC FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF NATURAL GAS AND PETROLEUM, OILS, AND LUBRICANTS (POL) FUEL SYSTEMS PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, AND NM

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Presolicitation (Original)
  • Original Published Date: Mar 25, 2022 09:00 am PDT
  • Original Response Date: Apr 12, 2022 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1NA - CONSTRUCTION OF FUEL SUPPLY FACILITIES
  • NAICS Code:
    • 237120 - Oil and Gas Pipeline and Related Structures Construction
  • Place of Performance:
    CA
    USA

Description

This procurement is for a multiple award construction contract (MACC) and is being advertised on an unrestricted basis inviting full and open competition. This procurement uses the two-phase design-build selection procedures and consists of one solicitation covering both phases with the intent to award approximately five (5) or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered. Price evaluation preference will be given to HUBZone Small Business concerns, in accordance with FAR 52.219-4. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction, renovation, and/or repair, by design-build or design-bid-build, of natural gas and petroleum, oils, and lubricants (POL) fuel systems construction projects at various Government installations located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that the majority of the work will be performed in California. Examples of relevant projects are natural gas and POL fuel systems construction projects similar in scope to: fuel storage and distribution systems, cathodic protection systems, spill containment systems, and all ancillary natural gas and POL support facilities and structures to include emergency backup power systems, fire protection systems, and control systems for such facilities and structures. The North American Industry Classification System (NAICS) code is 237120 (Oil and Gas Pipeline and Related Structures Construction), and the annual size standard is $39.5 million. The basic contract period will be for two (2) years. Each contract contains two (2) option period of three (3) years each for a total maximum duration of eight (8) years. The estimated maximum dollar value, including the base and option periods, for all contracts combined is $150,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $50,000 and $10,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Technical Approach, Factor 2 - Experience, Factor 3 - Past Performance, and Factor 4 - Safety; Phase Two: Factor 5 - Technical Solution (based on Proposed Task Order 0001); Factor 6 - Small Business Participation; and Factor 7 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the offeror(s) whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. No site visit will be held and no pre-proposal conference will be conducted. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the System for Award Management (SAM) website under Contract Opportunities at https://sam.gov/content/opportunities on or about April 12, 2022. No hard copies will be provided. IT IS THE CONTRACTOR’S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above. A sources sought notice (N6247322RFUEL) for this procurement was posted on November 10, 2022, on the SAM website, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement as unrestricted. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW small business office concur with this decision.

Contact Information

Contracting Office Address

  • 750 PACIFIC HIGHWAY
  • SAN DIEGO , CA 92132-0001
  • USA

Primary Point of Contact

Secondary Point of Contact





History