Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2024 SAM #8227
SOURCES SOUGHT

Y -- P-1584U Design-Bid-Build (DBB) Parachute Tower Road Upgrades

Notice Date
6/4/2024 1:02:43 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2716
 
Response Due
6/6/2024 11:00:00 AM
 
Archive Date
06/21/2024
 
Point of Contact
Tony Benson, Phone: 9104512582, Lauren Loconto, Phone: 9104515916, Fax: 9104515899
 
E-Mail Address
tony.d.benson.civ@us.navy.mil, lauren.f.loconto.civ@us.navy.mil
(tony.d.benson.civ@us.navy.mil, lauren.f.loconto.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for P-1564U Connector Road; Wallace Creek to Holcomb Blvd and P-1584U Parachute Tower Road Upgrades located at Camp Lejeune. North Carolina. This project The work includes roadwork to create a north to south connection between Parachute Tower Road and Holcomb Boulevard (1218 ft. - 0.23 miles) and a right-turn deceleration lane on Holcomb Boulevard (668 ft. - 0.13 miles). This road will serve as an additional entry/exit to the Wallace Creek cantonment area of MCB Camp Lejeune and II MEF Operations Center. This project will also upgrade Parachute Tower Road (2000 +/- ft. - 0.38 miles) to include signalization of the Birch Street/Parachute Tower intersection, pavement widening, select full-depth pavement repair, select mill and overlay of existing asphalt roads, gravel road repair, and the construction of a single-lane roundabout and incidental related work. P-1584U Design-Bid-Build (DBB) Parachute Tower Road Upgrades, one of many goals is to provide improved traffic movement through the Parachute Tower Road / Birch Intersection by signalizing the intersection at Marine Corps Base Camp Lejeune (MCBCL), North Carolina.� MCBCL has a Memorandum of Agreement (MOA) with the City of Jacksonville, NC, to operate and maintain traffic signals on the base.� The City of Jacksonville has selected microwave vehicle detection manufactured by WaveTronix for all city-wide signals to simplify costs of maintenance and streamline operations across the metropolitan area. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that �The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.� It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of two (2) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed below. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as: Size: Projects demonstrating a final construction value of $2,000,000.00 to $20,000,000.00. Scope: Projects demonstrating experience with roadway construction and/or Wavetronix signals. Complexity: While also meeting the scope requirements set out above, the following complexity requirements shall be met collectively by the projects submitted, i.e. each submitted project does not require demonstrated experience with all of the following components, but collectively, experience with all of the complexity elements below must be established throughout the submitted relevant projects: Work within occupied facility; Work within secure or restricted areas; Experience with projects in congested industrial areas with limited construction laydown space and parking For all submitted projects, ensure that the project description clearly identifies whether the project is new construction, retrofit, or expansion, and specifically address how the project meets the size, scope, and complexity requirements as delineated above, and provide the final construction cost for each submitted project. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. The North American Industry Classification System (NAICS) Code for this project is 237310, Highway, Street, and Bridge Construction, with a small business size standard of $45,000,000. In accordance with DFAR 236.204(ii), the magnitude of construction for this project is between $2,000,000 and $20,000,000. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government�s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. The submission package shall be submitted electronically to Tony Benson via email at tony.d.benson.civ@us.navy.mil and MUST be limited to a 5Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN Thursday, 06 June 2024 at 14:00 EST. LATE RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f0608493f14a4097831d5ee00f6cf3f6/view)
 
Place of Performance
Address: Camp Lejeune, NC 28547, USA
Zip Code: 28547
Country: USA
 
Record
SN07086209-F 20240606/240604230122 (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.