SOURCES SOUGHT TECHNICAL DESCRIPTION FOR PLUMBING SERVICES
INTRODUCTION
The California National Guard and United States Property and Fiscal Office (USPFO) for Calfornia Purchase and Contracting (P&C) office located at Rancho Cordova, CA is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for to install a potable water piping system from the main water source to the modular building located at Joint Forces Training Base (JFTB) Los Alamtios, CA 90720. The intention is to procure these services on a competitive basis
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
PLACE OF PERFORMANCE
JFTB, 4612 Doolitle Ave, Los Alamitos, CA 90720
DISCLAIMER
“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”
PROGRAM BACKGROUND
The California Counterdrug Task Force (CDTF) is designated as a multi-agency military and civilian partnership that supports law enforcement and community organization in reducing drug-related crime and substance abuse across the state of California.
REQUIRED CAPABILITIES
The Contractor shall provide all labor, materials, equipment, and expertise to design and install a plumbing system for potable water from the main source to the modular building, in compliance with all applicable local, state, and federal codes. Work may include trenching, piping layout, excavation, installation using copper Type L piping, pressure testing, final connections, inspections, and full site restoration. All plans must be approved by the Base Department of Public Works (DPW) prior to commencement. Coordination with DPW and the Environmental Office is mandatory before any work begins. The contractor is responsible for ensuring a fully functional, code-compliant water delivery system and providing all final documentation, including as-builts and certifications. These services are in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1) and drawings (Attachment 2).
If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.
SPECIAL REQUIREMENTS:
- Personnel and Facility Security Clearances: Contractors installing piping from the water source to the modular building at JFTB Los Alamitos must comply with all base access and security protocols. All contractor personnel must pass a background check (i.e. NACI or equivalent) and obtain base access approval.
Valid photo ID and contractor badges must be displayed at all times. Personnel without approved access must be escorted. A Facility Security Clearance (FCL) is not required, as work involves unclassified infrastructure. Access to restricted areas is prohibited unless specifically authorized. Contractors must coordinate with the Base Security Office and Contracting Officer Representative (COR) for access approval, site briefings and compliance oversight. Failure to follow base security procedures may result in removal from the installation and contract action.
- Berry Amendment
- Service Contract Act
ELIGIBILITY
The applicable NAICS code for this requirement is 237110 (Water and Sewer Line and Related Structures Construction) with a Small Business Size Standard of $45M. The Product Service Code is N047 (installation of equipment- pipe, tubing, hose, and fitting). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)
A draft Performance Work Statement (PWS) and draft drawings are attached for review. (Attachment 1 and 2)
Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is as prescribed in this announcement. All responses under this Sources Sought Notice must be e-mailed to MAJ Antonio Limcaco at Antonio.p.limcaco.mil@army.mil and SFC Grace Marqeuz at grace.marquezvelasquez.mil@army.mil.
This documentation must address at a minimum the following items:
1.) What type of work has your company performed in the past in support of the same or similar requirement?
2.) Can or has your company managed a task of this nature? If so, please provide details.
3.) Can or has your company managed a team of subcontractors before? If so, provide details.
4.) What specific technical skills does your company possess which ensure capability to perform the tasks?
5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.
6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, UEIs number, etc.
7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.
8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.
The estimated period of performance consists of 7 days with performance commencing in September 2025.
The contract type is anticipated to be firm fixed price (FFP).
The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.
Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to MAJ Antonio Limcaco and SFC Grace Marquez, in either Microsoft Word or Portable Document Format (PDF), via email Antonio.p.limcaco.mil@army.mil and grace.marquezvelasquez.mil@army.mil.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
No phone calls will be accepted.
All questions must be submitted to MAJ Antonio Limcaco and SFC Grace Marquez at identified emails above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.