SOLICITATION NOTICE
Z -- Miscellaneous Paving and Utilities Requirements, DLA Distribution Susquehanna (DDSP), New Cumberland PA 17070
- Notice Date
- 5/7/2012
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-12-R-0013
- Point of Contact
- DONNA A KAUTZ, Phone: 717-770-6563
- E-Mail Address
-
donna.kautz@dla.mil
(donna.kautz@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DLA Distribution, New Cumberland PA 17070 has a requirement for the establishment of an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Miscellaneous Paving and Utilities Requirements. All work shall be performed at DLA Distribution Susquehanna (DDSP), New Cumberland and Mechanicsburg PA sites. The work to be performed under this Contract will vary depending upon the type of individual projects issued during the Contract Term. However, the following general work requirements can be used to describe, but should not be considered as limitations to, the anticipated types of work to be performed: 1. Installation of new and repairs to existing bituminous and cement concrete pavement surfaces, pads, etc. 2. Installation of new, repairs to existing and removal/demolition of existing abandoned underground utility pipelines and conduits of varied material composition, including some pipelines containing Asbestos Containing materials (ACM). 3. Earthwork including bulk excavation, earthmoving, grading, backfilling and compaction. 4. Construction site maintenance including construction layout instrument survey, traffic control and erosion and sediment pollution control. All work will be in accordance with individual task order requirements, specifications and drawings provided with each project. A complete general specification package will be provided when the solicitation is issued. Period of Performance: Contract period is anticipated to be on or around August 1, 2012 through July 30, 2013 with four (4) one-year option year periods. Individual task orders will identify the specific time frames required for completion of work. Time frames will be established based on the magnitude and complexity of the task order. The estimated magnitude of construction is between $5,000,000 and $10,000,000 (base year plus four (4) option years). The NAICS Code for this procurement is 237310. The small business size standard is $33,500,000. The tentative timeframe for issuance of the Request for Proposal (RFP) SP3300-12-R-0013 for this requirement will be on or around May 22, 2012. The solicitation will also establish the RFP due date and time. A pre-proposal Conference/Site Visit will be conducted. The exact date and time for this conference will be stated in the solicitation package. The solicitation will be issued as 100% Set-Aside for Small Businesses and will result in multiple awards. The total combined contract value under this contract is estimated at $7 million dollars. $700 thousand for the base year, $2.2 million for option year 1, $1.1million for option year 2, $1.5 million for option year 3 and $1.4 million for option year 4 should the options be exercised. The estimated value for each year fluctuates due to the projected work over the next five (5) years. The contracts will be for a one (1) year base with four (4) one-year option year periods, for a total of five (5) years. Individual task orders will identify the specific time frames required for completion of work. Time frames will be established based on the magnitude and complexity of the task order project. It should be noted that the majority of this work is seasonal and most task orders will be issued from April through September of any given year. The Government anticipates award of no more than three (3) contracts to responsible small business firms that submitted an offer. Award will be based upon a best value basis in accordance with FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process. The solicitation will provide the evaluation factors for award. The solicitation will also identify all information that a prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. Also, an offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award. Each awarded contractor will be guaranteed a minimum of $5,000.00 during the term of the contract including the option year periods. The minimum ordering limitation per task order will be $3,000.00. The maximum ordering limitation per task order will be $1,000,000.00 per year. Task orders will generally range between $20,000.00 and $100,000.00. Competition for issuance of task orders will be limited to awardees under this contract. Contractors selected for award will be given the opportunity to compete on individual task orders. An award of this initiative is anticipated to be around the beginning of August. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Donna Kautz at donna.kautz@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the FedBizOpps website for any amendments that may be issued under the RFP. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date and must be acknowledged by the contractor. Failure to acknowledge amendments may render your proposal ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration the CCR database.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-R-0013/listing.html)
- Place of Performance
- Address: DLA Distribution Susquehanna, 2001 Mission Drive, New Cumberland, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN02740989-W 20120509/120507235146-a1b442ac76f55fdcd2ad79c3f7798a47 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |