Reported 06/28/2022 10:09 AM
Project Title

Facility Maintenance Construction IDIQ

Physical Address View project details and contacts
City, State (County) Loveland, CO 80537   (Larimer County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids.
Project Status Construction Documents, Construction Start Expected September 2022, Construction Completion Expected September 2023
Bids Due View project details and contacts
Estimated Value $5,000,000
Plans Available from
Owner View project details and contacts
Architect View project details and contacts
Description

NOTE: All responses to this IFB shall be emailed to Benjamin Siltman at siltman@wapa.gov. The Western Area Power Administration, Rocky Mountain Region (RMR) and Upper Great Plains (UGP) region intend to award a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract as a result of this solicitation. The performance period of the base IDIQ contract shall be for a 12-month base period with two (2) 12-month option periods. Each task order shall specify the period of performance associated with that order. The unit and total pricing for the initial task order will be used as a basis for determining fair and reasonable pricing for all future task orders placed under the resulting contract. The period of performance for the initial task order is 180 calendar days after notice to proceed. The initial task order estimated order of magnitude is between $250,000 and $500,000. Subsequent task orders will vary in size and complexity. The minimum guaranteed amount for the contract is $25,000 with a contract ceiling not to exceed $5,000,000. The scope of work for task orders issued under the IDIQ includes construction for facilities maintenance of substations and communication sites throughout RMR and the UGP region. The principle elements of construction type work include site work, fencing, concrete foundation removal and new placement, as well as general construction facility maintenance, alteration, and repairs. There will not be any high voltage electrical work accomplished under this contract. FAR Part 14 is being utilized for this requirement. The solicitation is issued as a 100% small business set-aside. The applicable NAICS Code is 237130; Size Standard is $39.5M. The solicitation. including specifications and drawings for the initial task order, will be issued electronically on or about 7 July 2022 at the following sites: https://www.fedconnect.net and https://www.fbo.gov/ NOTE: the Buy American Act applies to the solicitation. Refer to FAR Clause 52.225-9 (Section I) and FAR Provision 52.225-10 (Section L) if any non-domestic material will be proposed. Bidders must identify any non-domestic materials (not manufactured in United States) included in their bid. Please check with your suppliers and subcontractors to verify whether or not their quotes include non-domestic material. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 02 - Existing Conditions, Demolition, Selective Demolition, Selective Interior Demolition.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows.
Division 09 - Finishes, Plaster and Gypsum Board, Ceilings, Flooring, Painting and Coating.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Lighting.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents