Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2014 FBO #4422
SOURCES SOUGHT

Z -- This is a Sources Sought Notice for an Indefinite Delivery/Indefinite Quantity (IDIQ) Pavement contract that will cover requirements on Fort Lee, VA military installation.

Notice Date
12/31/2013
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
MICC - Fort Lee, Directorate of Contracting, 1830 Quartermaster Road, Bldg. 7124, Fort Lee, VA 23801-1606
 
ZIP Code
23801-1606
 
Solicitation Number
W91QF5-14-B-0001
 
Response Due
1/28/2014
 
Archive Date
3/1/2014
 
Point of Contact
Carol Wilkinson, 804-765-7779
 
E-Mail Address
MICC - Fort Lee
(carol.a.wilkinson10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. This is a survey of the market of potential local U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, SBA certified Service Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Women Owned Small Businesses (WOSB) and SBA certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB). Based upon this survey a decision will be made whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). The requirement is for paving. Work will be performed at Fort Lee, Virginia located 23 miles south of Richmond, Virginia. Projects will include a variety of tasks completed on an as-required basis. The contractor shall provide all labor, materials, equipment and supervision to perform all operations for the repairs and maintenance to bituminous roads and parking lots and the installation to be included but not limited to: traffic markings, and their eradications, patching potholes, spot repairs, interlayer's for pavement overlays, sealing cracks in asphalt concrete, raise standard round manhole, raised utility boxes, cold milling, asphalt slurry type B or C, repair and prepare shoulders, top soil and turf material, fill material, excavation and removal of soil, fine grading, repairing/installing, latex bound rubber for the repair of the running tracks, re-stripe roads, parking lots, crosswalks with thermoplastic paint, re-striping existing lines in parking lots and provide detail layout and stripe parking lots and handicapped parking spaces all with latex paint or thermoplastic marking products. All work shall be in conformance with the Virginia Department of Transportation Roads & Bridges Specifications. The period of performance contemplated includes a base period of one (1) year and four (4) one-year renewable options, resulting in the contract performance period of a maximum of 5 years if approved by the government. The NAICS code is 237310, Highway, Street, and Bridge Construction, and the Contractor size standard of $33.5M. The estimated total contract price for the base year and four (4) option years combined is between $3,000,000 and $6,000,000. This request for information is not to be construed as a commitment by the Government, and the Government will not pay for information received as a result of this announcement. The results of this request may lead to a future synopsis announcement in FEDBIZOPS as a request for proposal or an invitation for bid. Interested sources are invited to respond to this sources sought announcement by submitting the following information: 1. Contractor Information:Provide your firm's contact information. 2. Type of Business: Identify whether your firm is a SBA certified 8(a), SBA certified HUB Zone, SDVOSB, SBA certified WOSB, and/or SBA Certified EDWOSB concern. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. 3. Bonding Capacity: Provide your surety's name, your maximum bonding capacity per individual project, your maximum bonding capacity, and your current bonding capacity. 4. Experience: Provide experience in the form of an outline of previous projects for specific relevant work under NAICS 237310 completed or currently being performed of equivalent magnitude including contract numbers, description of work, points of contact, and phone numbers; and provide any other pertinent information which would enable the government to assess the capabilities of a firm. 5. Additional information: If the project submitted was for general construction, state which percentage of the total work performed was for paving. 6. Include a copy of your company's SBA profile from http://dsbs.sba.gov and your company's System for Award Management (SAM) printout from https://www.sam.gov. The package shall be sent by email to: carol.a.wilkinson10.civ@mail.mil. Submissions must be received at the email address cited no later than 2:00 PM Eastern Standard Time on 28 January 2014. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed to Carol Wilkinson by email carol.a.wilkinson10.civ@mail.mil. Primary Point of Contact.: Carol Wilkinson, Contract Specialist Carol.a.wilkinson10.civ@mail.mil Secondary Point of Contact: Sharon R. Hilliard Contracting Officer Sharon.r.hilliard.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5701d3b2b4feed624e4e3e7605d8ec7b)
 
Place of Performance
Address: MICC - Fort Lee Directorate of Contracting, 1830 Quartermaster Road, Bldg. 7124 Fort Lee VA
Zip Code: 23801-1606
 
Record
SN03259794-W 20140102/131231234656-5701d3b2b4feed624e4e3e7605d8ec7b (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 |
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.