Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOLICITATION NOTICE

Z -- Design-Bid-Build Paving Indefinite-Delivery/Indefinite Quantity, Firm-Fixed Price, Single Award Construction Contract for the NAS Pensacola Area of Responsibility

Notice Date
5/11/2020 2:42:33 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945020R0078
 
Response Due
7/14/2020 12:00:00 PM
 
Archive Date
10/01/2020
 
Point of Contact
Dianne L Haymans, Phone: 9045426101
 
E-Mail Address
dianne.haymans@navy.mil
(dianne.haymans@navy.mil)
 
Description
The Naval Facilities Engineering Command Southeast (NAVFAC SE) has been tasked to develop, solicit, and award a and Design-Bid-Build (DBB) Firm-Fixed Price (FFP) Paving Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Construction Contract for paving projects primarily in the Naval Air Station (NAS) Pensacola Area of Responsibility (AOR). A sources sought notice for this requirement was posted under solicitation N6945020RPAVE on March 9, 2020 requesting responses from interested prime contractors capable of performing general asphalt/concrete paving projects including airfield, roadway, and parking area pavement resurfacing, isolated repair and full-depth reconstruction projects, including U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business, Service Disabled Veteran-Owned Small Business, Women Owned Small Business and/or Small Business sources with current relevant qualifications, experience, personnel, security approvals, equipment and bonding capacity to perform.� Based on the responses from the notice, it was determined that the requirement should be issued unrestricted inviting full and open competition.� The NAVFAC SE Small Business Office concurs with this determination. The Request for Proposal (RFP) will be issued on an unrestricted basis, inviting full and open competition.� All responsible businesses with the paving experience and qualifications required by the solicitation may submit a proposal to be considered by the agency.� The NAICS code for this solicitation is Code 237310 (Highway, Street, and Bridge Construction) with a size standard of $39,500,000. This solicitation will result in a single award.� The total aggregate value to be awarded from any resultant solicitation is not-to-exceed (NTE) $20,000,000 over a five year period.� Task orders will be firm-fixed-priced with a minimum value of $15,000 and a maximum value of $1,000,000 per order; however, task orders under or over these amounts may be considered if deemed to be in the Government�s best interest.� The Contractor may be asked to respond to multiple Requests for Proposal (RFPs) in a short timeframe (i.e. four (4) or more RFPs issued within a 30-day period). Work will primarily consist of general asphalt/concrete paving projects including airfield, roadway, and parking area pavement resurfacing, isolated repair, full-depth reconstruction and incidental related paving work for Department of Defense (DoD) activities in the Naval Air Station (NAS) Pensacola Florida (Pensacola/Panama City/Whiting Field) area of operations (AO) managed by NAVFAC SE.� Work may be required in other AOs managed by NAVFAC SE if deemed necessary. The source selection method to be used is a best value continuum process in a negotiated acquisition utilizing the trade-off approach.� Formal source selection will be used to select the proposals that provide the best value to the Government from a technical and price standpoint.� In accordance with Federal Acquisition Regulation (FAR) Subparts 15.1 and 15.3, a trade-off approach to source selection will be used for this solicitation with respect to the award.� The Government does not intend to use FAR Part 12 Acquisition of Commercial Items for this acquisition. Offerors will be required to submit non-price and price proposals for a seed project.� Offerors who fail to submit non-price and price proposals for the seed project will not be considered for this IDIQ award. This will be an electronic solicitation, which can be downloaded from Beta.Sam.Gov at https://www.beta.sam.gov.� Solicitation availability at this site is anticipated no earlier than 15 days after this pre-solicitation notice is posted.� A notice will be posted once the solicitation becomes available. Offerors are responsible for checking the Beta.Sam.Gov website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/be901dccdfda4e0f98c70c05cad11021/view)
 
Place of Performance
Address: Pensacola, FL, USA
Country: USA
 
Record
SN05653147-F 20200513/200511230209 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.