SOURCES SOUGHT
38 -- Base Paving IDIQ
- Notice Date
- 4/23/2014
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA4418-14-R-0010
- Point of Contact
- Bradley D. Nicholson, Phone: 843-963-5177, Useba Ford, Phone: 843-963-5174
- E-Mail Address
-
bradley.nicholson@us.af.mil, Useba.Ford@us.af.mil
(bradley.nicholson@us.af.mil, Useba.Ford@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A PRE-SOLICITATION NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: Base Paving IDIQ Solicitation Number: FA4418-14-R-0010 The 628th Contracting Squadron at Joint Base Charleston, SC will solicit for Base Paving Indefinite Delivery Indefinite Quantity (IDIQ) contract at Joint Base Charleston which consists Joint Base Charleston - Air Base, North Charleston, SC, Joint Base Charleston - Weapons Station, Goose Creek, SC, Recreation Center Short Stay, Monks Corner, SC and North Auxiliary Field, Orangeburg County, SC. During the contract period, Base Civil Engineers will identify construction tasks and the Contracting Officer will negotiate and issue task orders. The work consists of furnishing all labor, equipment, materials, transportation, supervision and testing to accomplish repairs of streets, parking lots, open storage areas, jogging trails and airfield pavements. Work to be performed shall include, but not be limited to: removal of pavement and base, repair of pavement and base, asphalt and concrete paving, patching, pavement milling, repairing and replacing curb and gutter, adjusting valve boxes, manhole rings and other utilities, clearing, grubbing, tree removal, excavation, grading, earthwork, compaction, stabilized base, prime coating, tack coating, pavement resealing, asphalt overlay, pavement marking, pavement resurfacing, guardrails, silt fencing, temporary erosion controls and incidental related work. All elements of work shall include traffic control and both Horizontal and Vertical Survey work required for each task order. The estimated contract value is between $10,000.00 minimum and Not-to-Exceed $9,800,000.00 over a five year period (Base year plus four (4) option years). The NAICS Code is 237310. The Size Standard is $33,500,000.00. SPECIAL REQUIREMENT/CONCERNS: This contract will be a firm-fixed price indefinite delivery/indefinite quantity (IDIQ) type for construction efforts. The period of performance will be one base-year followed by four (4) one-year option periods. HUBZone, 8(a), and SDVOSB firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the three categories, this requirement will be set aside. Should an insufficient number of responses be received in the three categories, the requirement may be issued as unrestricted. Interested HUBZone, 8(a), and SDVOSB concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 15 May 2014. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside you qualify for under the applicable NAICS code (HUBZone, 8(a), or SDVOSB). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles 3. Dollar amounts 4. Percent and description of work self-performed 5. Points of contacts with current telephone numbers. (d) Evidence of bonding capability of a minimum of $2,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone, 8(a), and SDVOSB concerns. If adequate interest is not received from HUBZone, 8(a) or SDVOSB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. The government reserves the right to award a contract to other than the lowest price. Evaluation factors will be set forth in Sections L & M of the solicitation. NOTES: (1) The solicitation, specifications and drawings will be available on the website on or about 27 May 2014, at the www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this solicitation. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk of expense of the contractor. (6) In accordance with DFARS 252.209-7993, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-14-R-0010/listing.html)
- Place of Performance
- Address: Joint Base Charleston, Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN03346731-W 20140425/140423235313-33700ea0824d0fc9d6ddde7a17809423 (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 |