SOLICITATION NOTICE
Z -- FFP/IDIQ Pre-Priced line item Paving Construction Contract
- Notice Date
- 4/25/2014
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- N62473 NAVFAC SOUTHWEST, CAMP PENDLETON ROICC/CODE ROPCN MARINE CORPS BASE CAMP PENDLETON PO Box 555229/Building 22101 Camp Pendleton, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247314R2203
- Response Due
- 5/9/2014
- Archive Date
- 5/30/2014
- Point of Contact
- Marlanea Kirkbride 760-725-8195 ROICC Camp Pendleton
- E-Mail Address
-
ea.kirkbride@navy.mil<br
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This is a competitive procurement for an 8(a) firm for a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), pre-priced line item contract for a paving construction contract for repair and replacement of various types of asphalt, concrete roads, parking lots, sidewalks, and other associated incidental work at various locations aboard Marine Corps Base, Marine Corp Air Station, Camp Pendleton, Naval Ordnance Center (NOC), Fallbrook, Naval Weapons Station (NWS) Seal Beach, NWS Seal Beach Detachment Fallbrook, NWS Seal Beach Detachment, Norco, CA. This acquisition is being restricted to qualified 8(a) firms within the geographical area serviced by the San Diego District Office and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD Participants are deemed ineligible to submit offers. In order to qualify as an 8(a) firm, companies must meet the requirements and steps listed at the SBA ™s webpage at http://www.sba.gov/content/8a-requirements-overview having current registration in the System for Award Management (SAM) database and uploading / categorizing all required documents in the 8(a) program repository through the SBA ™s General Login System (GLS) at https://eweb.sba.gov/gls. This is a FFP/IDIQ pre-solicitation notice to perform for labor, materials, equipment, testing, supervision, quality control, site safety, and management including training, issuing reports, field office administration, and other incidental work necessary to perform within the North American Industry Classification System (NAICS) code listed below. The Contract term is for a base period of twelve (12) months and four (4) one-year option periods, for a maximum total maximum period of (five) 5 years. The North American Industry Classification System (NAICS) Code for this acquisition is 237310- Highway, Street and Bridge Construction, with a corresponding small business size standard of $33.5 million. The estimated maximum dollar value of this procurement, including the base year and all options is approximately $30,000,000. The only work authorized under this contract is work ordered by the Government through the issuance of a task order. The Government makes no representation as to the number of task orders or actual amount of work to be ordered. This acquisition will utilize the best value source selection process with the intent to award one (1) contract to one (1) responsible proposer whose proposal, conforming to the Request for Proposal (RFP), is most advantageous to the Government. The Government intends to evaluate proposals and award with further discussions if appropriate. Selection for award will be based on evaluation of the following: Factor 1 “ Recent, Relevant Experience of the Firm; Factor 2 “ Past Performance on Recent, Relevant Projects; Factor 3 “ Management Approach; Factor 4 “ Safety; and Non-Technical Factor - Price. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT. The RFP will be posted to the Navy Electronic Commerce Online (NECO) website at http://neco.navy.mil on or around May 12, 2014. CDs are available upon request. IT IS THE CONTRACTOR ™S RESPONSIBILITY TO CHECK THE WEBSITES DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective Offerors MUST register themselves on the aforementioned websites. Plan holders lists will not be faxed and will be available only at the NECO Internet website address listed above. Receipt of proposals will be due on or about June 12, 2014. A pre-proposal conference will be held approximately one-two weeks after the issuance of the RFP and will be located at ROICC Camp Pendleton, CA. Further information regarding the pre-proposal conference will be included in the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711G/N6247314R2203/listing.html)
- Record
- SN03348776-W 20140427/140425234121-aa2c6c18492e8e92b166b3a8d7c39665 (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 |