Skip to main content

An official website of the United States government

You have 2 new alerts

Presidio of Monterey - VCT Floor Tile Bldg #650

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 (Updated)
  • Updated Published Date: May 12, 2023 04:45 pm PDT
  • Original Published Date: May 12, 2023 04:31 pm PDT
  • Updated Response Date: May 26, 2023 12:00 pm PDT
  • Original Response Date: May 26, 2023 12:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Monterey , CA 93940
    USA

Description

This posted announcement is a Pre-Solicitation Synopsis of a proposed contract action in accordance with FAR Subpart 5.207.

The Mission Installation Contracting Command – Presidio of Monterey, California intends to issue an Invitation for Bid (IFB) in accordance with FAR Part 14, for the acquisition of VCT removal, disposal, and installation that supports the Sustainment, Restoration, and Maintenance (SRM) program for the Directorate of Public Works (DPW), Presidio of Monterey, California.

Overall Scope: The work consists of furnishing all plant, labor, equipment, and materials to perform all work in strict accordance with the plans and specifications to remove, dispose of existing flooring in Building 650 hallways and rooms (excluding latrine areas and), to include installation of new VCT. All work performed by the contractor shall result in a complete, functional system.

The North American Industry Classification System (NAICS) code for this work is 226220 (Commercial and Institutional Building Construction). The small business size standard is $45.0 million average annual revenue for the previous five years. This requirement will be procured utilizing Sealed Bidding Procedures specified in FAR Part 14. The government anticipates an award will be made to a responsible bidder whose bid, conforming to the invitation for bids; will be most advantageous to the Government, considering only price and the price related factors included in the invitation.  The rough order of magnitude is between $250,000.00 to $500,000.00.

All information, amendments and questions concerning this solicitation will be posted at the Government Point of Entry located at the following URL – https://www.sam.gov. Be reminded that interested offerors must be registered in SAM as requirement for competition.  To register go to: https://www.sam.gov/content/home and select the “Get Started” tab. 

All inquiries to this Pre-Solicitation Synopsis posting must be in writing via email to the attention of the Contract Specialist Ms. Tye Sanders at tyerees.m.sanders.civ@army.mil.

DISCLAIMER: The official plans and specifications are located on the official government web page, System Award for Management (SAM) at https://www.sam.gov, and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the SAM website (https://www.sam.gov for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.

Contact Information

Contracting Office Address

  • 535 KEARNY AVENUE BLDG 338
  • FORT LEAVENWORTH , KS 66027-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History