Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

Z -- IDIQ, MACC SMALL BUSINESS SET-ASIDE FOR PAVING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY INCLUDING BUT NOT LIMITED TO CALIFORNIA, ARIZONA, NEVADA, UTAH, COLORADO, AND NEW MEXICO

Notice Date
4/22/2021 4:58:14 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N62473-20-R-0071
 
Response Due
8/17/2020 5:00:00 PM
 
Archive Date
05/31/2021
 
Point of Contact
Billie Crockett, Phone: 6195322856, Walter C. Knapp
 
E-Mail Address
billie.crockett@navy.mil, walter.knapp@navy.mil
(billie.crockett@navy.mil, walter.knapp@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTE:� The SBA web site link has been changed. This procurement is for a Multiple Award Construction Contract (MACCs) and is being advertised as a 100% small business set-aside. �This procurement uses the one-phase design-build selection procedures and consists of one solicitation for each MACC with the intent to award five or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible Offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. �Award of task orders will be on a firm fixed price basis. �The work to be acquired under this solicitation is for new construction, renovation, and repair, by design-build or design-bid-build, of paving construction projects at various Government installations located in NAVFAC SW area of responsibility (AOR) including but not limited to California, Arizona, Nevada, Utah, Colorado, and New Mexico.� Types of projects may include, but are not limited to: repair of deteriorated asphalt and Portland cement concrete pavement (including full-depth or partial removal, repairs to subgrade and base materials, patching, slurry seal, crack cleaning, and replacement); cold milling of existing asphalt pavement; asphalt overlays; construction of new asphalt or Portland cement concrete pavement (including subgrade and base materials); and pavement marking (striping, reflective markers, signage). �Projects may also include site work incidental to paving, including, but not limited to:� clearing and grubbing; excavation and earthwork; storm drainage systems and structures; sidewalks; curbs and gutters; wheel stops; disposal and/or recycling of construction and demolition debris.� This contract will not include airfield pavement construction. The North American Industry Classification System (NAICS) code is 237310 (Highway, Street, and Bridge Construction), and the annual size standard is $39.5 million. �The basic contract performance period will be for 24 months. �Each contract contains one (1) 36-month option for a total maximum duration of 60 months. �The estimated maximum dollar value, including the base year and all options, for all contracts combined is $99,000,000. �The only work authorized under this contract is work ordered by the government through issuance of a task order. �Task orders will range between $500,000 and $5,000,000. �Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. �The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. �Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Factor 1 - Technical Approach, Factor 2 � Experience, Factor 3 - Past Performance, Factor 4 � Safety, and Factor 5 - Price (based on Proposed Task Order 0001).� Best Value Tradeoff Source Selection procedures will be used, and award may be made to the Offeror(s) whose proposal is the most advantageous and offers the best value to the government, price and other factors considered.� No site visit will be held, and no pre-proposal conference will be conducted. This acquisition is being restricted to Small Business and 237310 NAICS code. �In order to qualify as a Small Business contractor, companies must meet the requirements and steps listed at the SBA�s webpage at https://www.sba.gov/size-standards/ and have current registration in the System for Award Management (SAM) database. THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. �The RFP will be posted to https://beta.sam.gov/help/contract-opportunities on or around August 19, 2020. IT IS THE CONTRACTOR�S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. �Prospective Offerors MUST register themselves on the aforementioned website. �Plan holders lists will not be faxed and will be available only at Internet website address listed above. No pre-proposal conference is planned at this time. �If the decision is made to have such a conference, the appropriate information will be included in the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9ed4d9107929470da4d1b86c8f79d28c/view)
 
Record
SN05980446-F 20210424/210422230114 (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.