BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published May 9, 2025 at 8:00 PM

Updated May 10, 2025

This is a service / maintenance or supply contract in Groton, Connecticut. Contact the soliciting agency for additional information.

Description of Work: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Preventive Maintenance and Cathodic Protection to UST/AST Storage Tanks at Naval Submarine Base New London, Groton, CT and its local tenant commands and activities. This is a performance-based contract comprised of both Recurring Service and Non-Recurring Service items. 3. Type of Contract: Firm-Fixed-Price (FFP) 4. Minimum Guarantee: The Firm-Fixed Price portion of the contract (CLIN 0001) is the minimum guarantee for this contract. 5. Procurement Type: 100% Service-Disabled Veteran-Owned Small Business Set-Aside 6. NAICS Code: The NAICS Code is 237120. The size standard is $45,000,000.00. Refer to Sam.gov for entity registration. 7. FSC/PSC: Z1PZ Maintenance of Other Non-Building Facilities 8. Wage Determination (Service): The solicitation and resulting contract is subject to Service Contract Act wages. SCA 2015-4111, Rev 30 dated 12/23/2024 is included in this solicitation. 9. Bid Guarantee/Bonding Requirements: A Bid Guarantee is not required for this procurement. 10. Contract Term: This contract contains provisions for a 12-month Base Period and four (4) 12-month option periods, not to exceed a total of 60 months. 11. Period of Performance: The start and completion dates will be determined at time of award and subsequent option periods. Estimated Period of Performance for base period is 1 June 2025 31 May 2026. 12. Location: All work is primarily located at the Naval Submarine Base New London at Groton, CT. Other locations may be added. Work can be added for locations within the NAVFAC Mid-Atlantic Area of Responsibility (AOR). Should other areas be added it will be in accordance with FAR 52.212-4 via a bilateral modification to the contract. 13. Contract Line Items: a. Offerors shall enter unit prices and amounts for CLINS and ELINS in the schedule contained in the attached spreadsheet. b. In the event there is a difference between the unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLIN and ELIN will be recomputed accordingly. If the bidder provides a total amount for an ELIN, but fails to enter the unit price, the total amount will be divided by the ELIN quantity will be held to be the intended unit price. c. The Schedule of firm-fixed price Recurring Services (CLIN 0001, 0003, 0005, 0007, 0009) and the schedule of Non-Recurring Services (CLIN 0002, 0004, 0006, 0008, 0010) will be used as the basis of deductions in accordance with FAR Clause 52.212-4(a), Inspection/Acceptance, Clause Section. 14. Indefinite Quantity Individual Contract Line Item Quantities: Once the estimated quantities for individual line items shown in the Schedule have been ordered, additional quantities may be ordered as long as the overall not-toexceed (NTE) amount of the contract per year is not exceeded and the Contractor agrees by signing the task order. 15. Unit Prices for Labor:A portion of the work included in the scope of this contract cannot be identified in advance in sufficient detail to be as a Unit Price Task in this contract. Labor for this work will be ordered and paid for based on unit prices for labor proposed by the Contractor listed in the Schedule of Non-Recurring Services. b. Estimated hours in the Schedule are a forecast of future requirements. These estimated hours are for performing Non-Recurring Services accomplished in the time period shown. c. The Contractor shall enter, in the unit price proposal space, the unit price for performing composite labor. The composite labor price shall include all direct and indirect costs associated with performing an hour of work. The composite labor price should be the Contractor's hourly craft wage adjusted to allow for the offerors work force productivity (i.e., the Contractor's estimate of how its work force will perform in relation to the Means Facilities Cost Data and/or the Engineered Performance Standards). The Composite Labor Rate shall include all costs for preparation of the cost proposal, job preparation, travel, pre-expended bin materials and supplies, ordering and stockpiling job material, additional material handling, items of equipment necessary to perform work (i.e. bucket truck, lifting equipment, staging, etc.), profit, tools, equipment, field and home office overhead, clerical support, supervision, inspection, fees, taxes, licenses, bonds, permits, insurance, etc. 16. Period of Performance: The period of performance will be established from date of award and subsequent option periods. POP 01-JUN-2025 TO 31-MAY-2026

Award

Water / Sewer

$2,967,937.00

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
564
Active Projects
236
Bidding Soon
3,766
All Active Projects
0
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.