Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2021 SAM #7173
SOURCES SOUGHT

Z -- Rigid Pavement IDIQ for Hampton Roads, Virginia

Notice Date
7/20/2021 12:14:06 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008521R0226
 
Response Due
8/4/2021 11:00:00 AM
 
Archive Date
08/04/2022
 
Point of Contact
Amanda Bricker, HOLLY SNOW, Phone: 7573411046
 
E-Mail Address
amanda.bricker@navy.mil, HOLLY.SNOW@NAVY.MIL
(amanda.bricker@navy.mil, HOLLY.SNOW@NAVY.MIL)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government�s overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. The Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic (MIDLANT) is seeking eligible Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses, with current relevant qualifications, experience, personnel, and capability to perform a proposed contract. An INDEFINITE DELIVERY INDEFINITE QUANTITY RIGID PAVING CONTRACT FOR GOVERNMENT SITES IN THE HAMPTON ROADS, VA AREA OF RESPONSIBILITY is anticipated. The total contract term is anticipated to be five years; a base year with four option years. General Work Requirements: This is a Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract for various types of rigid Portland cement concrete pavement, concrete work, pavement markings, and incidental work related to Airfield Standards at existing or new locations on and around various Government installations in the Hampton Roads, Virginia Area of Responsibility. Types of work to be included in this contract are as follows, but are not limited to: Removal of rubber build up and airfield markings. Remarking of runways and taxy ways. Repair and replacement of joint sealants. Partial or complete removal and replacement of damaged concrete and asphalt areas. Repair, replacement, or installation of aircraft tie downs or grounding devices. Repair replacement or installation of airfield lighting. Repair, replacement or installation of airfield drainage. Runway friction testing and reporting. General airfield maintenance, repair or construction as directed by task order. � The Contractor must furnish all labor, materials, equipment, tools, transportation, supervision, safety, surveys, layout work, quality control, traffic control, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract.� The Government contemplates that one contract will be awarded for this solicitation. �The projects shall be administered by the specific base location of the work. The total estimated magnitude of construction for this contract (base period plus option years) is between $10,000,000 and $25,000,000. � The anticipated award of this contract is February 28, 2022. The appropriate NAICS code for this procurement is 237310; Annual Size Standard:� $39.5M Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-14, Limitations on Subcontracting, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form and Project Information Form. The following information shall be provided: Contractor Information: Provide your firm�s contact information including DUNS number and CAGE Code. Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement to be considered as small for this procurement.� For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/.�� Responses must include identification and verification of the firm�s small business status. Bonding Capacity: Provide your surety�s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity.� The aggregate bonding capacity must be no less than $2M to be deemed acceptable for this notice.��� Experience: Submit a minimum of three (3) up to a maximum of five (5) recent specific government or commercial contracts/projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity.� Do not utilize experience of a proposed subcontractor to demonstrate experience for your firm.� A specific project is a single project or a single task order under an indefinite quantity contract.� Recent is defined as having been 100% completed within the five (5) years prior to the submission due date.� A relevant project is further defined as: Size/Scope/Complexity: Contractor experience within the last (5) five years of completing a project demonstrating at least 200 cubic yards of concrete paving or concrete work. This will be an indefinite Quantity Contract to provide rigid paving and various types of maintenance repairs and preparations associated with paving not limited to provide concrete and asphalt pavement, traffic pavement marking, pavement milling, subgrade base, associated storm drainage, concrete curb and gutter, sidewalks, and associated work. Other incidental work related to Airfield Standards is included and may be ordered at existing or new locations on and around various Government sites in the greater Hampton Roads Area. Note:� Describe the Contractor�s ability to handle multiple simultaneous projects in Hampton Roads, VA area locations, including the maximum number of task orders under Indefinite Delivery Indefinite Quantity (IDIQ) contract where Contractor is prime contractor.� Specify if these task orders were under a single contract or multiple contracts.� Also, describe Contractor�s approach and capabilities to perform emergency repairs. �Note:� Capability will only be satisfied on projects that are considered relevant in terms of size/scope /complexity and completed within the specified time period. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions.� The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein.� Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. RESPONSES ARE DUE ON Wednesday, August 4, 2021 by 2:00 P.M. Eastern Daylight Time.� The submission package shall ONLY be submitted electronically to Amanda Bricker at Amanda.Bricker@navy.mil AND Amanda.l.bricker.civ@us.navy.mil �and MUST be limited to a 4Mb attachment.� You are encouraged to request a ""read receipt.""� Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to Amanda.Bricker@navy.mil AND Amanda.l.bricker.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4ec5d622d9c646878d5384f3d4d326bc/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06067809-F 20210722/210720230127 (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.