THIS REQUIREMENT IS SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE IN ACCORDANCE WITH (IAW) FAR
19.502-2
THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS IAW FAR CLAUSE 52.232-18
1. The United States Army Contracting Command - New Jersey (ACC-NJ) on behalf of the 99th Readiness Division (99th RD)
has a requirement for construction services to add additional drainage system and link to existing system and to remove and
relocate the front door entry way. The contractor shall perform to the standards in accordance with the Statement of Work
(SOW), as well as all local, state, and federal regulations.
2. The North American Industry Classification System (NAICS) Code that applies to the principal nature of the acquisition is
237110 - Water and Sewer Line and Related Structure Construction with a corresponding size standard of $45,000,000.00.
3. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall be
210 days from the Notice to Proceed (NTP).
4. The Offeror shall be registered in the System for Award Management (SAM) in order to be eligible to receive a Department
of Defense contract award. If you need to register in SAM go to https://www.SAM.gov.
5. A site visit is not mandatory but, highly encouraged and is available upon request. All requests shall be submitted via e-mail
to the Site Visit point of contact: Mr. Michael Moseman, Regional Facilities Operations Specialist (RFOS) at Michael.moseman.
civ@army.mil (910) 598-8981, the Contract Specialist for this requirement is Mitchell Douglas at Mitchell.e.douglas.civ@army.
mil, and the Contracting Officer for this requirement is Ms. Jasmyne Peterson at jasmyne.c.peterson.civ@army.mil, no later than
12:00PM EST on Wednesday, 16 APRIL 2025 for a tentative Site Visit to be scheduled.
6. All questions regarding this solicitation shall be submitted via email no later than 12:00PM EST on Tuesday, 22 APRIL 2025
to the Contract Specialist: Mitchell Douglas at Mitchell.e.douglas.civ@army.mil and the Contracting Officer: Ms. Jasmyne
Peterson at jasmyne.c.peterson.civ@army.mil. The questions will be answered all at once and uploaded to the Contract
Opportunities website at https://www.sam.gov posting after the question period has ended.
7. BOND REQUIREMENTS: The Contractor shall furnish the required Performance and Payment Bonds within 10 calendar
days after receipt of award for each (or all) of the projects awarded. Submittal of bonds shall be via email to the Contract
Specialist, Mitchell Douglas at Mitchell.e.douglas.civ@army.mil and the Contracting Officer, Ms. Jasmyne Peterson at jasmine.
c.peterson.civ@army.mil, with pencil draft over raised seal for proof of corporate seal.
8. The Offeror shall provide all Labor, Equipment, and Materials Breakout of their proposal within the excel attachment titled,
"Contractor Cost Breakdown Form". A breakdown shall be provided for each separate project to be completed. The offeror shall
also submit a technical capability statement outlining details of how the project(s) will be completed. FAILURE TO PROVIDE
THIS INFORMATION WITH THE INITIAL PROPOSAL SUBMISSION MAY DEEM THE PROPOSAL NONRESPONSIVE
AND INELLIGIBLE FOR AWARD.
9. COMPLETING A QUOTE FOR SUBMITTAL
a. Proposals are due no later than the date and time listed in Block 13 of the SF 1442 and shall be submitted via email to:
Mitchell Douglas, Contract Specialist at Mitchell.e.douglas.civ@army.mil and Ms. Jasmyne Peterson, Contracting Officer at
jasmyne.c.peterson.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities websites at
https://www.SAM.gov.
b. The Offeror shall provide the name, title, address, email address, and telephone number of the company/division point of
contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. In
addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the
offeror accedes to the contract terms and conditions as written in the Solicitation.
c. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) on the SF 1442. The Government
maintains a tax- exempt status.
d. The Offerors shall submit a signed SF1449 (Pg.1, Block 30a. Signature of Offeror/Contractor). The Offeror is required to
complete blocks 17, 30a, 30b and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions as
written in the solicitation.
e. The Offerors shall provide their UEID Number, CAGE Code, Federal Tax Identification Number and any small business
preference or socioeconomic designations (8a Certified, HUBZone Certified, WOSB, etc.) that are applicable to this NAICS
Code stated at Block 10 of this SF 1449.
f. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY* UNIT PRICE =
AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended
price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE,
the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price.
g. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR Clause 52.228-5, "Insurance - Work
on a Government Installation" and "Required Insurance.
h. Offeror shall complete all "fill-ins" in provisions and clauses that apply and include with submission response to this
solicitation.
i. The offeror is reminded it shall offer on any issued plans, drawings, and specifications as amended. Failure to provide any
applicable information required and any deviations, conditions or attachments made by the offeror itself may render the offer
nonresponsive and may be cause for ineligibility for award.
10. All services shall be performed in accordance with the Statement of Work (SOW).
11. All offers shall remain valid for 120 calendar days. Multiple proposals will not be accepted.
12. SAM Unique Entity ID#:_____________________________
13. CAGE (commercial and government entity) code___________________________________
14. Federal Tax ID#:________________________________
15. Attachments:
Attachment 0001: Statement of Work (SOW)
Attachment 0002: DBA Wage Determination NY20250020 (d. 03.14.2025)
Attachment 0003: Work Identification Map
Attachment 0004: Construction Cost Breakdown Form