MODIFICATION
99 -- INSTALLATION AND REPAIR OF ASPHALT AND CONCRETE PAVEMENT
- Notice Date
- 5/13/2014
- Notice Type
- Modification/Amendment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Bld 903, P.O. Box 30 (Bldg 903), Jacksonville, Florida, 32212-0030, United States
- ZIP Code
- 32212-0030
- Solicitation Number
- N69450-14-R-0761
- Archive Date
- 3/27/2014
- Point of Contact
- Barbara A Czinder, Phone: (904) 542-6834, Barbara A Czinder, Phone: (904) 542-6834
- E-Mail Address
-
barbara.czinder@navy.mil, barbara.czinder@navy.mil
(barbara.czinder@navy.mil, barbara.czinder@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Pre-Solicitation notice only. The solicitation will be available on or about 13 May 2014 at Navy Electronic Business Opportunities (NECO) website: https://www.neco.navy.mil. Naval Facilities Engineering Command Southeast, Jacksonville, FL is currently seeking construction contractors for Solicitation Number N69450-14-R-0761 the INSTALLATION AND REPAIR OF ASPHALT AND CONCRETE PAVEMENT, NAVAL AIR STATION PENSACOLA, FL. This Acquisition is to establish an IDIQ contract for the Installation and Repair of Asphalt and Concrete Pavement for Naval Air Station (NAS) Pensacola, FL; NAS Whiting Field, Milton, FL; and Naval Support Activity (NSA) Panama City, FL and Naval Outlying Fields (NOLF) AL and FL. NAS Whiting Field and NSA Panama City are ordering offices for their own requirements under this contract. Paving construction task orders may be for roadwork (to include streets, parking lots, and sidewalks), bridge or airfield requirements on an as needed basis during the term of the contract in support of the activities listed above. The Contractor shall provide all labor, materials, equipment, supervision and transportation necessary to perform work as ordered by individual task orders. The Government makes no commitment or promise as to the exact number of task orders or quantities to be issued under this contract. Procurement Method: Negotiated, Best Value. Estimate award date is Third (3) Quarter FY 14. The NAICS Code for this procurement is 237310 and the annual size standard is $33,500,000. Not to Exceed Value $20,000,000. Offerors can view and/or download the solicitation, and any attachments, at https://www.fbo.gov/ when it becomes available. The solicitation will be available for download free-of-charge via the internet at https://www.fbo.gov. This will be the only method of distribution of amendments; therefore IT IS THE OFFERORS RESPONSIBILITY TO CHECK THE WEBSITE, https://www.fbo.gov, PERIODICALLY FOR ANY AMENDMENTS TO THIS SOLICITATION. The Government will not pay for information requested nor will it compensate any respondent for any proposal. Proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation). THE CONTRACTOR IS REQUIRED TO REGISTER WITH DEPARTMENT OF DEFENSE SYSTEM FOR AWARD MANAGEMENT (SAM). NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE DOD SYSTEM FOR AWARD MANAGEMENT. PLEASE VISIT THE CCR WEBSITE AT https://www.sam.gov/portal/public/SAM/ ON HOW TO REGISTER. The proposed contract listed here is 100% Small Business set-aside. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance, experience information, small business plan and a price (or cost) proposal for evaluation by the Government. Site Visit/Pre-Proposal Conference: A site visit/pre-proposal conference will be held for this solicitation. Check solicitation for site visit date and time. NOTE: This is the only site visit planned. Offerors shall submit with their offer a bid bond of $3 Million/ 20% of the amount for Davis Bacon Act (DBA) work. The government does not maintain or provide a bidders/plan holders list. A Plan Holders List is available on Federal Business Opportunities under Trade Partner/Order/Currency Information section of the Solicitation Details. Interested parties should respond no later than: See the solicitation for proposal submission date and time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3139b3481e5abf1ef8f92b8186de2674)
- Place of Performance
- Address: NAS Pensacola, NAS Whiting Field, NSA Panama City and NOSC Tallahassee, FL. In addition, NOLF located in FL and AL, United States
- Record
- SN03365231-W 20140515/140514022130-3139b3481e5abf1ef8f92b8186de2674 (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 |