Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2022 SAM #7421
SOLICITATION NOTICE

Y -- NAVFAC Atlantic OCONUS Aircraft Parking Apron Replacement

Notice Date
3/24/2022 9:01:19 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEEERING CMD ATLANTIC NORFOLK VA 23508-1278 USA
 
ZIP Code
23508-1278
 
Solicitation Number
N6247021R0007
 
Response Due
4/8/2022 11:00:00 AM
 
Point of Contact
Liz Roberts, Phone: 757-322-8273
 
E-Mail Address
elizabeth.l.roberts31.civ@us.navy.mil
(elizabeth.l.roberts31.civ@us.navy.mil)
 
Description
THIS IS NEITHER A REQUEST FOR QUOTE OR PROPOSAL NOR AN INVITATION FOR BID. THE INTENT OF THIS PRE-SOLICITATION SYNOPSIS IS TO INFORM POTENTIAL OFFERORS OF THIS REQUIREMENT. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY 8 APRIL 2022. P118 EDI P-8A Taxie Way and Apron upgrades will repair and upgrade existing airfield pavement to support the projected P?8A mission at NAS Sigonella. Pavement work includes repairs and improvements to aircraft parking aprons. Upgraded pavement sections will support the projected aircraft traffic, including the P?8A, C?17, and C?5. This scope reflects the demolition and replacement of existing asphalt and concrete airfield pavements on parking aprons designated as PAA?1, PAA?2, PAA?3, PAA?3A and FL?3 (58,914 SM) and the current parking apron area formerly designated Taxiway F, TF?1 (15,421 SM). All new apron pavements incorporate grounding points and tie downs for aircraft. This project also selectively repairs the adjacent asphalt shoulders of aprons scheduled for replacement. At this time, Naval Facilities Engineering Systems Command Atlantic (NAVFAC LANT) intends to issue a request for proposal for a Design?Bid?Build, Firm Fixed Price contract for construction of P-118, EDI P-8A Taxiway and Apron Upgrades at NAS Sigonella, Italy. This will be an unrestricted, full and open competitive procurement. The scope of work consists of the following: Demolition and replacement of existing asphalt and concrete airfield pavements on parking aprons designated as PAA?1, PAA?2, PAA?3, PAA?3A and FL?3 (58,914 SM) and the current parking apron area formerly designated Taxiway F, TF?1 (15,421 SM). All new apron pavements incorporate grounding points and tie downs for aircraft. This project also selectively repairs the adjacent asphalt shoulders of aprons scheduled for replacement. This project site is located at NAS Sigonella, Italy. The completion time for this contract is approximately 548 days after notice to proceed. This project is anticipated to be awarded as a firm fixed price contract. The Government reserves the right to enter into negotiations or limit the competitive range. The Statutory Cost Limitation for P-118 is $25,000,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. Bonding requirements will apply to this procurement. This notice does not constitute a request for proposal. The Request for Proposals (RFP) will be available for viewing and downloading on or about 8 April 2022. The solicitation including the specifications will be formatted as an RFP in accordance with the requirements designated by FAR 15.203 for a negotiated procurement. This method permits evaluation of proposals based on price competition, technical merits and other factors; permits impartial and comprehensive evaluation of offerors� proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. The technical evaluation factors are anticipated to be as follows: Corporate Experience, Safety, Technical Solution and Past Performance. It is expected that the solicitation will require the offeror to provide proof that it is qualified under the Societa� Organismi d�Attestazione (S.O.A.) (Qualifying Agencies) work categories for this project in accordance with Italian D.P.R. 34/00 (Decreto del Presidente della Republica 25 febbraio 2000, n.34).� PREVALING CATEGORY�������������� OG-3�� CLASS ���������� VII����������� (75%) SECONDARY CATEGORY������������ OS-23� CLASS����������� IV����������� (25%) It is anticipated that companies that are QUALIFIED in the Prevailing Work Category and pertinent Classification, but NOT QUALIFIED also in the Additional Work Categories and pertinent Classification, will still be able to compete under the subject solicitation, by forming a Joint-Venture (JV) or subcontracting for the execution of the work pertaining to the categories for which they are not qualified. Offerors will be required to declare their intention of forming the Joint-Venture and/or awarding a subcontract. A ""Teaming Agreement"" or ""Letter of Commitment"" with the subcontractor will be requested with the proposal and must identify the qualifications of the subcontractor (attaching the pertinent SOA certificate) and what work they will perform (identifying type and percentage of the work covered by specific SOA certificate). In the case of a JV prime offeror, it is expected that the RFP will require at least one member of the JV to have the required SOA Certifications for the Prevailing Work Category. The JV member who has the SOA Certification must perform the majority of the work pertinent to the certification. In the case of a JV, certification submitted by a subcontractor is not anticipated to be accepted for the Prevailing Work Category. *Information for the site visit will be provided in the solicitation for this procurement. � The Government intends to issue the RFP Solicitation through the Internet at https://www.sam.gov. The solicitation number will be N62470-21-R-0007. Notices, amendments, and responses to pre-proposal inquiries will also be posted to the Contract Opportunities website located at https://www.sam.gov. All prospective offerors are encouraged to register at https://www.sam.gov. It is the offeror�s responsibility to check the website frequently for any amendments to the solicitation. IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on Department of Defense solicitations must be registered in the System for Award Management (SAM) database prior to award of the contract. The purpose of this database is to provide basic business information capabilities and financial information to the Government. The SAM website can be accessed at https://www.sam.gov/portal/public/SAM/. Reference is made to FAR Clause 52.204?7, System for Award Management. Prospective Offerors are encouraged to register as soon as possible. All new contract awards can ONLY be made to contractors who are registered in SAM. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about this synopsis, please contact: Liz Roberts at elizabeth.l.roberts@navy.mil AND elizabeth.l.roberts31.civ@us.navy.mil. THIS IS NEITHER A REQUEST FOR QUOTE OR PROPOSAL NOR AN INVITATION FOR BID. THE INTENT OF THIS PRE-SOLICITATION SYNOPSIS IS TO INFORM POTENTIAL OFFERORS OF THIS REQUIREMENT. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY 8 APRIL 2022. P118 EDI P-8A Taxie Way and Apron upgrades will repair and upgrade existing airfield pavement to support the projected P?8A mission at NAS Sigonella. Pavement work includes repairs and improvements to aircraft parking aprons. Upgraded pavement sections will support the projected aircraft traffic, including the P?8A, C?17, and C?5. This scope reflects the demolition and replacement of existing asphalt and concrete airfield pavements on parking aprons designated as PAA?1, PAA?2, PAA?3, PAA?3A and FL?3 (58,914 SM) and the current parking apron area formerly designated Taxiway F, TF?1 (15,421 SM). All new apron pavements incorporate grounding points and tie downs for aircraft. This project also selectively repairs the adjacent asphalt shoulders of aprons scheduled for replacement. At this time, Naval Facilities Engineering Systems Command Atlantic (NAVFAC LANT) intends to issue a request for proposal for a Design?Bid?Build, Firm Fixed Price contract for construction of P-118, EDI P-8A Taxiway and Apron Upgrades at NAS Sigonella, Italy. This will be an unrestricted, full and open competitive procurement. The scope of work consists of the following: Demolition and replacement of existing asphalt and concrete airfield pavements on parking aprons designated as PAA?1, PAA?2, PAA?3, PAA?3A and FL?3 (58,914 SM) and the current parking apron area formerly designated Taxiway F, TF?1 (15,421 SM). All new apron pavements incorporate grounding points and tie downs for aircraft. This project also selectively repairs the adjacent asphalt shoulders of aprons scheduled for replacement. This project site is located at NAS Sigonella, Italy. The completion time for this contract is approximately 548 days after notice to proceed. This project is anticipated to be awarded as a firm fixed price contract. The Government reserves the right to enter into negotiations or limit the competitive range. The Statutory Cost Limitation for P-118 is $25,000,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. Bonding requirements will apply to this procurement. This notice does not constitute a request for proposal. The Request for Proposals (RFP) will be available for viewing and downloading on or about 8 April 2022. The solicitation including the specifications will be formatted as an RFP in accordance with the requirements designated by FAR 15.203 for a negotiated procurement. This method permits evaluation of proposals based on price competition, technical merits and other factors; permits impartial and comprehensive evaluation of offerors� proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. The technical evaluation factors are anticipated to be as follows: Corporate Experience, Safety, Technical Solution and Past Performance. It is expected that the solicitation will require the offeror to provide proof that it is qualified under the Societa� Organismi d�Attestazione (S.O.A.) (Qualifying Agencies) work categories for this project in accordance with Italian D.P.R. 34/00 (Decreto del Presidente della Republica 25 febbraio 2000, n.34).� PREVALING CATEGORY�������������� OG-3�� CLASS ���������� VII����������� (75%) SECONDARY CATEGORY������������ OS-23� CLASS����������� IV����������� (25%) It is anticipated that companies that are QUALIFIED in the Prevailing Work Category and pertinent Classification, but NOT QUALIFIED also in the Additional Work Categories and pertinent Classification, will still be able to compete under the subject solicitation, by forming a Joint-Venture (JV) or subcontracting for the execution of the work pertaining to the categories for which they are not qualified. Offerors will be required to declare their intention of forming the Joint-Venture and/or awarding a subcontract. A ""Teaming Agreement"" or ""Letter of Commitment"" with the subcontractor will be requested with the proposal and must identify the qualifications of the subcontractor (attaching the pertinent SOA certificate) and what work they will perform (identifying type and percentage of the work covered by specific SOA certificate). In the case of a JV prime offeror, it is expected that the RFP will require at least one member of the JV to have the required SOA Certifications for the Prevailing Work Category. The JV member who has the SOA Certification must perform the majority of the work pertinent to the certification. In the case of a JV, certification submitted by a subcontractor is not anticipated to be accepted for the Prevailing Work Category. *Information for the site visit will be provided in the solicitation for this procurement. � The Government intends to issue the RFP Solicitation through the Internet at https://www.sam.gov. The solicitation number will be N62470-21-R-0007. Notices, amendments, and responses to pre-proposal inquiries will also be posted to the Contract Opportunities website located at https://www.sam.gov. All prospective offerors are encouraged to register at https://www.sam.gov. It is the offeror�s responsibility to check the website frequently for any amendments to the solicitation. IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on Department of Defense solicitations must be registered in the System for Award Management (SAM) database prior to award of the contract. The purpose of this database is to provide basic business information capabilities and financial information to the Government. The SAM website can be accessed at https://www.sam.gov/portal/public/SAM/. Reference is made to FAR Clause 52.204?7, System for Award Management. Prospective Offerors are encouraged to register as soon as possible. All new contract awards can ONLY be made to contractors who are registered in SAM. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about this synopsis, please contact: Liz Roberts at elizabeth.l.roberts@navy.mil AND elizabeth.l.roberts31.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cf7ea7981ea0454f9c5d849236b23d02/view)
 
Place of Performance
Address: ITA
Country: ITA
 
Record
SN06277926-F 20220326/220324230107 (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.