Z -- Savannah River Site- Facilities IDIQ SOL 1147917 DUE 06/13/2025 at 05:00PM -04:00 POC Keisha Robinson, keisha.robinson@usda.gov Penny Zortman, penny.zortman@usda.gov
THIS IS A SOURCES SOUGHT ANNOUNCEMENT AND IS FOR INFORMATION/MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT.
Scope of Requirement: The USDA, USFS, East Zone, CSA# 7 intends to solicit a 5-year Single Award Indefinite Delivery/Indefinite Quantity Contract (IDIQ) for Facility Construction, Maintenance, & Repair at Savannah River Site in New Ellenton, SC.
The contract will require the performance of construction-trade projects that may include but are not limited to; new construction or renovation work on buildings, restrooms, pavilions, docks/piers, and administrative buildings on Savannah River Site.
The contractor is responsible and required to perform multi-disciplinary new construction, historic renovation, repair/remodeling/rehabilitation, remediation and/or demolition work using any necessary trade workers. The work may require ancillary responsibilities including but not limited to: site work; drainage; utility systems; painting; repair and/or replacement of sidings, stairs, doors, skylight, flooring (carpet, tile, vinyl), roof; carpentry; repair and replacement of concrete masonry, sidewalk, slab, stem walls; repair, resurface, or seal coat roads and/or parking lots; remove, replace, or repair light fixtures; install fire alarm systems and/or security systems; fencing; welding; roofing; plumbing; HVAC; mechanical; electrical; and other similar types of facility construction, maintenance, repair and modification work. Other items may include inspections, energy audits, infrastructure assessments, evaluations, design services, cost estimating services, and drafting. The contractor will also be required to provide 24-hour emergency response as needed.
In addition, the contractor may be required to obtain all necessary permits, develop fire/erosion control/management/safety type plan(s), coordinate with private utilities providers for the performance of task orders awarded under the IDIQ.
Award of this contract will not restrict the Government from having Facility Construction, Maintenance, & Repair services performed by Government employees or other contractors during the contract period and/or projects.
Location: The work site is located on the Savannah River Site at the following address:
Savannah River Site
1-Mile Inside Aiken Barricade
New Ellenton, SC 29809
Work may be performed at administrative buildings, storage buildings, and other facilities. Work may
also be performed at remote locations. Access roads may be paved, gravel, lime-rock, and/or sand
surfaced. Cell phone coverage may not be available. Potable water, electricity, and sanitary facilities
may not be available at some sites.
Savannah River Site: The Savannah River Site is a Department of Energy secured facility and entry
requirements for workers is very stringent (see attached documents). More information can be found at:
https://www.srs.gov/general/srs-home.html Specific Access Requirements will be identified in each
Task Order.
Set Aside: The type of set-aside decision to be issued will depend upon the capabilities of the responses to this sources sought announcement.
NAICS Code: The primary NAICS code for this acquisition is 236220- Commercial and Institutional Building Construction; Alternative NAICS codes that may be applicable to awarded task orders are:
561210 Facilities Support Services
237110 Water and Sewer Line and Related Structures Construction
237990 Other Heavy and Civil Engineering Construction
238210 Electrical Contractors and Other Wiring Installation Contractors
238220 Plumbing, Heating and Air-Conditioning Contractors
Magnitude of Construction: The magnitude of construction for this contract is estimated to be between $5,000,000 and $10,000,000.
Anticipated Number of Contract Awards: 1
Purpose: The purpose of this Sources Sought announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantage Woman-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUB Zone, EDWOSB and SDVOSB are highly encouraged to participate.
Responses to this sources sought shall include the following:
(a) Company Name
(b) Address
(c) Point of contact
(d) Phone and email
(e) UEI number
(f) Bonding Capacity (per contract and aggregate)
(g) Type of small business, e.g. Services Disabled Veteran Owned Small Business, 8(a), HUBZone, Women Owned Small Business, Small Disadvantaged Business, or Small Business HUBZone business. Firms shall be certified in the in the System for Award Management (SAM) located at https://www.sam.gov/
(h) Vendor's capability to provide similar/same type of work with relevant experience.
Interested small businesses shall submit the response by email to Primary Point of Contact no later than the time indicated on the Contract Opportunity webpage.
Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within the discretion of the Government.
The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.
Email responses to Keisha.robinson@usda.gov