Tri-Command Paving IDIQ at Beaufort and Parris Island, SC

expired opportunity(Expired)
From: Federal Government(Federal)
N4008522B2504

Basic Details

started - 28 Mar, 2022 (about 2 years ago)

Start Date

28 Mar, 2022 (about 2 years ago)
due - 06 Apr, 2022 (about 2 years ago)

Due Date

06 Apr, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
N4008522B2504

Identifier

N4008522B2504
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE NAVY (157282)NAVFAC (10940)NAVFAC ATLANTIC CMD (6606)NAVFAC MID-ATLANTIC (3673)NAVAL FAC ENGINEERING CMD MID LANT (3395)

Attachments (3)

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.

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.A REGIONAL INDEFINITE DELIVERY INDEFINITE QUANTITY PAVE REPAIR/REPLACEMENT CONTRACT FOR GOVERNMENT SITES IN THE GREATER BEAUFORT, SC 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, bituminous pavement, concrete work, pavement markings, storm drainage repairs, and incidental work related to general pavement, concrete, asphalt and Airfield Standards at existing or new locations on and around various Government installations in the Beaufort, South Carolina Area of Responsibility.Types of work to be included in this contract are as follows, but are not limited to: Repair and replacement of joint sealants. Partial or complete removal and replacement of damaged pavement, concrete, and asphalt areas. Repair or replacement of markings and signage. Remarking of runways and taxy ways. Repair, replacement, or installation of storm drainage systems. Repair and replacement of speed bumps, guard rails, and any associated work resulting from pavement, concrete, and asphalt repair and replacement. Runway friction testing and reporting. General pavement, concrete and asphalt maintenance, repair or construction as directed by task order.The Contractor must provide 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 anticipated award of this contract is May 2022.The appropriate NAICS code for this procurement is 237310, Highway, Street and Bridge Construction; Annual Size Standard:  $39.5MShould 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-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé 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. This will be an Indefinite Quantity Contract to provide rigid concrete paving, bituminous paving, concrete work 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 general pavement, concrete, asphalt and Airfield Standards is included and may be ordered at existing or new locations on and around various Government sites in the greater Beaufort, South Carolina Area.A relevant project is further defined as:Size:Provide at least (3) three completed asphalt and concrete paving projects within the last (5) five years that were awarded at over $150,000.Scope:Various asphalt and concrete repairs and replacement will be completed in various Government installations in the Beaufort, South Carolina Area.  Asphalt and concrete work will include, but not limited to: asphalt road and parking lots repair and replacement; concrete curb, gutters, and sidewalk repair and replacement; asphalt markings and signage; storm drainage systems; earthwork to support asphalt and concrete repair and replacement; and demolition associated with asphalt and concrete repair and replacement.  This will be an Indefinite Quantity Contract to provide asphalt and concrete repair and replacement and various types of maintenance repairs and preparations associated with asphalt and concrete repair and replacement.  All work related to asphalt and concrete repairs are included and may be ordered for existing or new locations indicated within each work order on and around various Government installations in the Beaufort, South Carolina Area of Responsibility.  The Contractor must furnish all labor, materials, equipment, tools, transportation, supervision, safety, surveys, scoping, layout work, engineering and management necessary to fulfill the requirements of this contract and each task order in a timely manner, with safety as a priority and quality work as the final product.Complexity:Demonstrate the ability to provide the services identified in the scope at various sites simultaneously.Note:  Describe the Contractor’s ability to handle multiple simultaneous projects Beaufort, South Carolina 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:  For complexity, the submitted relevant project experience shall demonstrate complexity characteristics noted above.  Each relevant project does not need to demonstrate all of the characteristics listed above; however, the relevant projects submitted must collectively demonstrate all of the items. The offeror’s body of work as a whole will be reviewed to ascertain if it possesses all of these characteristics, taken as a whole.  Complexity will only be satisfied on projects that are considered relevant in terms of size and scope and completed within the specified time period.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, 06 April, 2022 by 2:00 P.M. Eastern Standard Time.  The submission package shall ONLY be submitted electronically to Brittany Cristelli at Brittany.n.cristelli.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 Brittany.n.cristelli.civ@us.navy.mil

9324 VIRGINIA AVENUE  NORFOLK , VA 23511-0395  USALocation

Place Of Performance : 9324 VIRGINIA AVENUE NORFOLK , VA 23511-0395 USA

Country : United StatesState : Virginia

You may also like

The Ranch at Uptown Phase 2 - Paving

Due: 15 May, 2024 (in 10 days)Agency: Pape Dawson Engineers

The Ranch at Uptown Phase 2 - Paving

Due: 15 May, 2024 (in 10 days)Agency: Pape-Dawson Engineers

Solicitation A10-04-24-7397- Rebid 2- Housing Rehab- Sequoyah County

Due: 08 May, 2024 (in 3 days)Agency: Cherokee Nation

Please Sign In to see more like these.

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