SOLICITATION NOTICE
Z -- Multiple Award Construction Contract for Inspection, Repair, and Renovation Construction Services for Petroleum, Oil, and Lubricant Fuel Systems at Various Locations Worldwide
- Notice Date
- 4/24/2025 5:10:13 PM
- Notice Type
- Solicitation
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- NAVFAC SYSTEMS AND EXP WARFARE CTR PORT HUENEME CA 93043-4301 USA
- ZIP Code
- 93043-4301
- Solicitation Number
- N3943025R2001
- Response Due
- 4/28/2025 1:00:00 PM
- Archive Date
- 05/13/2025
- Point of Contact
- Analaura Montalvo, Phone: 8059825605, Olga Muna, Phone: 8059823038
- E-Mail Address
-
analaura.montalvo.civ@us.navy.mil, olga.c.muna.civ@us.navy.mil
(analaura.montalvo.civ@us.navy.mil, olga.c.muna.civ@us.navy.mil)
- Awardee
- null
- Description
- REFER TO PIEE SOLICITATION MODULE LINK AND SCROLL DOWN TO AMENDMENTS FOR AMENDMENT 0004. The Naval Facilities (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC), Port Hueneme, California has issued a Request for Proposal (RFP) under solicitation number N3943025R2001 for construction services in support of NAVFAC?s Global Petroleum, Oil, and Lubricants (GPOL) program. The closing date for receipt of proposals is 28 April 2025 as indicated on the solicitation amendment 0003. This acquisition is solicited on an unrestricted basis, subject to the small business reserve described below. The North American Industry Classification System (NAICS) is 237120, Oils and Gas Pipeline and Related Structures Construction with a Size Standard of $45,000,000. The Government intends to award an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Firm-Fixed-Price (FFP) Multiple Award Construction Contract (MACC). 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 maximum value of all orders that may be placed during all of the ordering periods under all of the contracts awarded hereunder is $997,000,000. The minimum guaranteed amount is $10,000 to each contractor for the life of each 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 $10,000 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 purpose of the GPOL MACC is to provide construction and engineering services to perform inspection, testing, design, and construction (primarily maintenance and repair) for pipelines, fuel storage tanks, and associated POL related equipment at various locations worldwide. Work under this contract will primarily require construction services for the cleaning, inspection, and repair (CIR) of existing fuel storage tanks; the repair of pipelines; the sustainment, restoration, and modernization (SRM) of associated POL facilities and equipment; and all aspects of POL project execution. The scope of work will also cover to a lesser extent, surveying and repairing of cathodic protection and corrosion control systems primarily located on fuel storage tanks and piping systems, as well as support for all ancillary and POL support facilities and structures to include spill containment systems, emergency backup power systems, fire protection systems, and control systems. The Government anticipates awarding no more than ten (10) IDIQ contracts under the MACC, with approximately half of the contract awards reserved for small business firms. Task orders will be FFP with values ranging from $500,000 to $25,000,000. The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation. 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 contract will have a base ordering period of sixty (60) months with an option to extend services by up to six (6) months, and will replace the current contract for similar services awarded on 19 February 2020. The total maximum value of the current contract is $880,000,000 for the sixty-six (66) months included in the contract ordering period. Information about the current contract and the incumbent contractors (e.g., value of contracts, firm names, addresses, etc.) is included in the solicitation package. The solicitation will utilize the source selection procedures in accordance with FAR part 15, (Best Value/Tradeoff process), which requires offerors to submit a Technical Approach, Experience, Past Performance, Technical Solution, Safety, Small Business Utilization and Participation, and Price proposal for evaluation by the Government. A price evaluation preference for HUBZone small business concerns will be utilized for this acquisition in accordance with FAR 19.1307 Price Evaluation Preference for HUBZone Small Business Concerns and FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. Offerors are required to submit a bid bond the lesser amount of $3,000,000 or 20% of the proposed price for the Technical Solution (seed task order). To be eligible to receive an award, small business firms must demonstrate a minimum aggregate bonding capacity of $15,000,000 and large business firms must demonstrate a minimum aggregate bonding capacity of $100,000,000. Large business concerns are required to negotiate a subcontracting plan prior to award of the contract. The solicitation, attachments, and any required amendments are available to view and/or download online via the Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil/, which can be accessed through the links included solicitation notice N3943025R2001. There will be no paper copies of the solicitation issued. This will be the only method of distribution; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. Offerors must be registered in SAM at http://www.sam.gov in order to receive an award under this procurement. All questions concerning this solicitation are due by 17 March 2025 and shall be addressed to: Analaura Montalvo via email at analaura.montalvo.civ@us.navy.mil. Secondary Points of Contact are Olga Muna at olga.c.muna.civ@us.navy.mil and Crystal Brooks at crystal.s.brooks2.civ@us.navy.mil. A sources sought notice, Notice ID N3943025R2001, for this procurement was posted on 10 October 2024 on SAM.gov, 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 on an unrestricted basis with a small business reserve.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/25af6d9ef9d648ffbdf45567d6993464/view)
- Record
- SN07420288-F 20250426/250424230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |