Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z08821RTMACC
SOURCES SOUGHT SYNOPSIS FOR A FOLLOW ON PROCUREMENT OF THE TOWER MULTIPLE AWARD CONSTRUCTION CONTRACT (TMACC) INDEFINITE DELIVERY IDEFINITE QUANTITY (IDIQ) . THIS IS NOT A REQUEST FOR PROPOSALS. THIS ...
SOURCES SOUGHT SYNOPSIS FOR A FOLLOW ON PROCUREMENT OF THE TOWER MULTIPLE AWARD CONSTRUCTION CONTRACT (TMACC) INDEFINITE DELIVERY IDEFINITE QUANTITY (IDIQ) . THIS IS NOT A REQUEST FOR PROPOSALS. THIS IS A MARKET RESEARCH TOOL BEING USED TO IDENTIFY POTENTIAL SMALL BUSINESSES (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES, HUBZONES, ETC) CAPABLE OF PERFORMING THIS TYPE OF WORK. THE PRICE RANGE FOR THIS TMACC IS $3 THOUSAND TO $1 MILLION PER ORDER. AGGREGATE CAPACITY 25 MILLION, 5 YEARS. The purpose of this Sources Sought synopsis is to see what small business vendors might be interested in performing work under a Tower Multiple-Award Construction Contract (TMACC). Work to be performed under the TMACC will be within the North American Industry Classification System (NAICS) code 237130 - Power and Communication Line and Related Structures. Size standard is $33.5 million. Contractors will be expected to accomplish a wide variety of individual tasks, including tower and antenna construction, maintenance, repairs, installations and demolitions. Description of the work will be identified in each individual task order. The work performed may include new work, reconstruction, rehabilitation, inspection, and repairs. Initial contracts will be competitively solicited and awarded. Task orders will range from $3,000 to $1 million. All orders will be solicited on a competitive basis, except for emergent work which may be ordered on a sole source basis. It will allow Coast Guard utilization. It is desired to award a minimum of five to ten contracts. The government will evaluate offers and select the awardees utilizing the “Best Value” source selection procedures described in Section 15 of the Federal Acquisition Regulation (FAR) and is applicable to Homeland Security and U.S. Coast Guard statutes, regulations, and rules. The anticipated solicitation date is August - September 2021. The anticipated award date is May 2022. THE FOLLOWING INFORMATION IS TO BE E-MAILED TO EITHER OF THE POINTS-OF-CONTACT: FIRM’S NAME. FIRM ADDRESS; FIRM’S POINT-OF-CONTACT (POC); POC’S EMAIL AND PHONE NUMBER; DUN & BRADSTREET NUMBER; FIRM’S BUSINESS SIZE; TYPE OF BUSINESS (E.G. SMALL BUSINESS, LARGE BUSINESS, 8(A) FIRM, SMALL DISADVANTAGED BUSINESS, WOMAN-OWNED BUSINESS, SMALL DISADVANTAGED VETERAN-OWNED SMALL BUSINES, ETC); FIRM’S BONDING CAPACITY; and TYPES OF CONSTRUCTION YOUR FIRM PERFORMS (USE NAICS CODES).