Fort Campbell Construction, Repair, Restoration and Rehabilitation of Roadways and Hardstands

expired opportunity(Expired)
From: Federal Government(Federal)
PANMCC22P0000002903

Basic Details

started - 08 Dec, 2021 (about 2 years ago)

Start Date

08 Dec, 2021 (about 2 years ago)
due - 03 Dec, 2021 (about 2 years ago)

Due Date

03 Dec, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
PANMCC22P0000002903

Identifier

PANMCC22P0000002903
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (706009)DEPT OF THE ARMY (132715)AMC (72465)ACC (74832)MISSION & INSTALLATION CONTRACTING COMMAND (25777)419TH CSB (14420)W6QM MICC-FT CAMPBELL (266)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT SYNOPSIS.THIS IS A SOURCES SOUGHT NOTICE ONLY.This is a Sources Sought Synopsis (SSS) ONLY. The U.S. Government desires to desires to award a Indefinite delivery/indefinite quantity (IDIQ) Contract for Construction, Repair, Restoration and Rehabilitation of Roadways and Hardstands post-wide at Fort Campbell, Kentucky (KY). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. We encourage all small business concerns in all socioeconomic categories (i.e. Small Disadvantage Business (SDB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Women-Owned Small Business concerns (WOSB)), to identify their capabilities in meeting the requirement at a fair market price.This notice is issued solely for information and planning purposes – it
does not constitute a Request for Quotation (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought synopsis. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The GPE is located at https://www.fbo.gov.BACKGROUND: There is a continuing need to provide Fort Campbell, Kentucky with Construction, Repair, Restoration and Rehabilitation of Roadways and Hardstands post-wide at Fort Campbell, Kentucky (KY). Attached is the draft Statement of Work (SOW).The contractor shall furnish all labor, materials, equipment, and administrative overhead to construct, improve or rehabilitate hardstands. Hardstands shall be defined as but not limited to roadways, parking areas, runways, taxiways, cargo ramps, parking aprons, vehicular trails, walking trails, sidewalks and gravel roads, walkways and parking. Work will include but not be limited to asphalt, concrete, or gravel pavements, asphalt overlays/surface treatments, pavers, striping and traffic signage. Repairs may include milling or removal of existing strata and replacement of surface and base layers of asphalt, concrete, or gravel as required by the government. Work areas shall be excavated as necessary to repair or install new strata profiles. All roadway maintenance and construction typically includes all associated ancillary work supporting road use (including but not limited to subgrade placement and stabilizing, storm water/drainage installation and mitigation, traffic control devices, both temporary during construction and permanent signage and markings IAW the Manual on Uniform Traffic Control Devices [MUTCD].The NAICS code assigned to this acquisition is 237310, Highway, Street, and Bridge Construction with a corresponding size standard of $36.5M. The Contractor shall provide all supervision, labor, personnel, equipment, materials, and supplies, with the exception of Government Furnished Property (GFP), to perform all required activities.PURPOSE OF THIS SOURCES SOUGHT: To request information on capabilities of potential offerors to provide the services described herein to determine if this will be set- aside. Please note, FSS requirements are subject to both the priority established by the Randolph-Sheppard Act (RSA) and the preferences set out in FAR part 19.While not a firm cutoff, providing responses to this announcement no later than 4:00 p.m. Central Daylight Time (CDT) on 3 December 2021, will facilitate planning and ensure your capability receives maximum consideration. Only electronic submissions will be accepted.Interested business concerns should provide a brief “capabilities statement” package (submissions are limited to no more than 15 pages in length, single spaced, and 12pt. font minimum) demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. No particular format is mandated. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both. The documents must be searchable.The capability package shall be sent by email to:Mr. Mark Bussell - Contract Specialist @ mark.a.bussell3.civ@army.mill andMs. Patricia Launius - Contracting Officer @ patricia.m.launius.civ@mail.milYour email subject line should reflect: “Firm’s Name, Response to the Sources Sought Synopsis to provide Construction, Repair, Restoration and Rehabilitation of Roadways and Hardstands post-wide at Fort Campbell, KY. Note: the location(s) and corresponding solicitation number(s) that you are responding to must be identified on the subject line. The size limit of each email, with all attachments, cannot exceed 9 megabytes (MB) due to the Government’s email system restrictions. DO NOT SEND ZIPPED files as the Government’s network will remove all zipped files.In response to this sources sought, please provide:A company profile to include name of your firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and DUNs number. Respondents must also indicate whether they qualify as a Small Business, SDB, 8(a), EDWOSB, WOSB, HUBZone, or SDVOSB. What you believe are the key tasks that need to be accomplished to be successful in providing quality Construction, Repair, Restoration and Rehabilitation of Roadways and Hardstands post-wide at Fort Campbell, KY. In essence, what key tasks should be used for determining minimum capability to provide these services? Whether your firm is interested in competing for this requirement as a prime contractor. If you will subcontract any of the services out, contemplate a Joint Venture, and/or create a teaming arrangement, please provide the names of those companies and what work they will be performing, if available. Please provide your company’s specific experience in providing Construction, Repair, Restoration and Rehabilitation of Roadways and Hardstands . Ensure the information is in sufficient detail regarding previous experience on similar requirements. Indicate whether the experience was as a prime contractor or subcontractor. You may include any other relevant information you deem applicable to this requirement. If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2019-O0003) “Similarly situated entity” means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set- aside. In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.Type(s)/certifications(s) of proposed subcontractors (such as SDB, 8(a), HUBZone, SDVOSB, and WOSB).  Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors,etc.). How the Army can best structure these contract requirements to facilitate competition by and among small business concerns Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Mr. Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information above. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

Fort Campbell ,
 KY  42223  USALocation

Place Of Performance : N/A

Country : United StatesState : KentuckyCity : Fort Campbell

Classification

naicsCode 237310Highway, Street, and Bridge Construction
pscCode Z2LBREPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS