Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

Y -- Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Paving and Airfield Paving (Paving) Multiple Award Construction Contract (MACC), Various Locations, State of Hawaii

Notice Date
9/21/2023 6:43:15 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NAVFAC ENGINEERING COMMAND HAWAII PEARL HARBOR HI 96860-3139 USA
 
ZIP Code
96860-3139
 
Solicitation Number
N62478-24-R-4052
 
Response Due
11/30/2023 12:00:00 PM
 
Archive Date
12/15/2023
 
Point of Contact
Robert Wong, Phone: 8084713498
 
E-Mail Address
robert.l.wong13.civ@us.navy.mil
(robert.l.wong13.civ@us.navy.mil)
 
Description
Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Paving and Airfield Paving (Paving) Multiple Award Construction Contract (MACC), Various Locations, State of Hawaii. This procurement is unrestricted; it is a source selection procurement requiring both technical and price proposals. This procurement consists of one solicitation with the intent to award multiple firm fixed price IDIQ type contracts. If award is made to at least three Small Business (SB) firms, this MACC will include an SB reserve which will set aside projects estimated at $500K or less to be competed exclusively amongst the SB firms. If a basic award cannot be made to at least three SB concerns, the reserve will not be established. The Government reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The work includes, but is not limited to labor, supervision, tools, materials, and equipment necessary to perform asphaltic concrete pavement, airfield asphalt concrete pavement, roadway or parking lot asphaltic concrete pavement, airfield, roadway or parking lot concrete pavement, and other incidental related work to include but not be limited to sidewalks and curbs, marking and striping of pavement, area lighting, drainage systems, grading, and miscellaneous drainage improvements within the State of Hawaii. The areas of consideration will include, but not be limited to, Navy, Marine Corps, Air Force, and miscellaneous Federal and other facilities. The basis of award is to award to the Offerors whose proposals, conforming to the RFP, are the lowest priced technically acceptable to the Government, considering both price and technical factors. The evaluation factors are anticipated to be: (1) Experience, (2) Past Performance, (3) Safety, (4) Small Business Utilization and Participation, and (5) Price. Price proposals will consist of lump sum pricing for a sample project. Pricing of the project is required for the price proposal. The number of proposals to be evaluated for technical acceptability may be limited to the five lowest priced offers at the discretion of the Contracting Officer. The contract period of performance is anticipated to consist of a five-year base period and one three-year option period for a total maximum duration of eight years. The estimated maximum dollar value, including the base period and option period, for all contracts combined is $98 Million (M). The minimum and maximum task order limitation will be established at $100 Thousand (K) to $7M, respectively, and will be competed among the contract awardees. The only work authorized under this contract is work ordered by the government through issuance of a task order. 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 $3K is guaranteed to be ordered from each awardee under the performance period of the contract. The minimum guarantee may be met by the issuance of a task order during the base period or option period. Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for the option period. It is anticipated that the solicitation will be issued on or around mid-October 2023. The solicitation will be available in electronic format only. Offerors can view and/or download the solicitation through the Solicitation Module at https://piee.eb.mil/ when it becomes available. In order to access the solicitation and submit a proposal, you are advised to obtain access to PIEE and request the Proposal Manager role.� For further support or questions, please contact PIEE at 866-618-5988 or open a ticket with https://piee.eb.mil/xhtml/unauth/web/homepage/vendorCustomerSupport.xhtml.� No hard copies will be provided. It is the contractor�s responsibility to check the websites daily for any amendments to this solicitation.� Prospective offerors MUST register themselves on the website.� No notice of solicitation activity will be provided to interested offerors. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with SAM, please see the SAM website at https://www.sam.gov/SAM The information being requested does not constitute a commitment on the part of the government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the government for any purpose.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c83b489e71e841f584b0d851a0bea7bd/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN06840638-F 20230923/230921230530 (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.