Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2014 FBO #4761
MODIFICATION

Z -- HORIZONTAL CONSTRUCTION SERVICES

Notice Date
12/5/2014
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest Detachment Crane, NSA, 300 Highway 361, Bldg 2516, Crane, Indiana, 47522-5082
 
ZIP Code
47522-5082
 
Solicitation Number
N4008315R7903
 
Archive Date
1/7/2015
 
Point of Contact
R Annette Taylor, Phone: 812-854-2673, Carrie Grimard, Phone: 812-854-6641
 
E-Mail Address
annette.taylor@navy.mil, carrie.grimard@navy.mil
(annette.taylor@navy.mil, carrie.grimard@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REVISED SOURCES SOUGHT THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors to determine if the solicitation will be set-aside and the applicable set-aside..The Solicitation Number for this announcement is N40085-15-R-7903; The Naval Facilities Engineering Command, MidLant, PWD Crane, is currently seeking potential sources for an Indefinite-delivery/indefinite-quantity Requirements (IDIQ) type contract for accomplishment Horizontal Construction Services. Work will be performed at the Naval Support Activity (NSA Crane), Crane, Indiana and the Glendora Test Facility at Sullivan Indiana. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, transportation, incidental engineering, and vehicles to perform all work associated with Horizontal Construction Services including but not limited to excavation and fill, asphalt repairs/replacement, highway striping, guardrail repair/replacement, concrete work, culvert replacement, fence repair/replacement, erosion control, stone road and lot maintenance, sidewalk repair/replacement, highway sign maintenance repair/replacement and incidental related work. Historically, asphalt overlays have accounted for approximately 87 percent of the work. In addition to complying with the Unified Facilities Guide Specifications, the contractor must also meet all Indiana Department of Transportation (INDOT) Specifications 2012. The contractor or subcontractor performing the specific type of work must be a certified asphalt producer with INDOT and must be listed on the INDOT prequalified bidders list under all the following work types: B(A), C(A), C(B), E(E), E(F), E(H), E(I), E(J), E(K), E(T), 0085. All work completed on this contract must be completed by a contractor with all these INDOT codes. Both NSA Crane and the Glendora Test Facility are remote locations. For security purposes at NSA Crane, all material deliveries shall enter through the Crane Gate, located at the East end of State Highway 558. NSA Crane has approximately 411 miles of roads (156 miles paved and 255 miles stone), which are scattered over 100 square miles. An asphalt overlay project may be as far away as 20 miles from the Crane Gate. Minimum HMA temperatures at the time of compaction shall not be more than 18 degrees F below the minimum mixing temperature as shown on the JMF, in accordance with INDOT 401.14. All asphalt sampling and testing must be completed by an INDOT approved HMA Mix Design Laboratory. Low Price Technically Acceptable selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. The term of the contract will be a base period of twelve months and two (2) 12-month option periods to be exercised at the Governments discretion. The contract maximum is $10m. The NAICS Code for this solicitation is 237310, Highway, Street, & Bridge Construction. The Small Business Size Standard is $36,500,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Sources are sought from 8a firms with a bonafide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices, Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, Woman Owned Small Business concerns (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), or small business concerns.. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, WOSB, EDWOSB, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB,, HUBZone concern, WOSB, EDWOSB,, or small business concern. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a Region V businesses, SDVOSB, HubZone concerns, WOSB, EDWOSB, and small businesses shall indicate their interest to the contracting Officer in writing. As a minimum the following information is required: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region "V" contractor, HUBZone concern, WOSB concern, or EDWOSB concern; SDVOSB must also provide documentation of their status (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers, (e) describe specific portions of this type of effort your company intends to subcontract, (f) provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.), (g) Demonstrate the capability to bond individual projects up to $750,000.00$ and the capability to bond up to $3,000,000.00 in a 12-month period. The offeror shall provide a letter from their bonding company that describes the contractors bonding capacity, and (h) evidence that contractor or subcontractor performing the specific type of work must be a certified asphalt producer with INDOT and must be listed on the INDOT prequalified bidders list under all the following work types: B(A), C(A), C(B), E(E), E(F), E(H), E(I), E(J), E(K), E(T), 0085. All work completed on this contract must be completed by a contractor with all these INDOT codes. Anticipate the solicitation will be released on or about February 27, 2015 with proposals due a minimum of 30 calendar days after the solicitation is issued.. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil or www.fbo.gov. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to annette.taylor@navy.mil.. Responses may be submitted under Solicitation Number N40083-15-R-7903 via e-mail to: annette.taylor@navy.mil or hand-deliver to NAVFAC Mid-Atlantic PWD Crane, Attention: Annette Taylor, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offerors Statement of Qualifications shall be received no later than 2:00 p.m. (EST) on December 23, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950CR/N4008315R7903/listing.html)
 
Place of Performance
Address: 300 HIGHWAY 361 B-2516, CRANE, Indiana, 47522, United States
Zip Code: 47522
 
Record
SN03588810-W 20141207/141205234530-172ebec4808df0d7a522858e5ea9bb7f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.