Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2014 FBO #4691
DOCUMENT

Y -- SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION AND RENO OF AIRFIELD PAVING AT VARIOUS LOCATIONS WITHIN THE NAVFAC AREA OF RESPONSIBILITY, INCLUDING BUT NOT LIMITED TO, CA, AZ, NV, CO, UT, AND NM - Attachment

Notice Date
9/26/2014
 
Notice Type
Attachment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247314RAFPV
 
Response Due
10/13/2014
 
Archive Date
10/28/2014
 
Point of Contact
Chad Slade 619-532-3372
 
E-Mail Address
chad.a.slade@navy.mil
(chad.a.slade@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes by Naval Facilities Engineering Command (NAVFAC). The intent is to identify potentially qualified Small Business, U.S. Small Business Administration (SBA) certified 8(a) Business, SBA certified HUBZone Small Business, and/or Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The information received will be used to facilitate the decision making process and will not be disclosed outside of the agency. This survey represents one component of the overall market research in determining whether the proposed contract will be issued as a competitive set-aside or as a full and open (unrestricted) solicitation. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. NAVFAC Southwest is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, and/or SDVOSB sources with recent and relevant experience, personnel, and capability to self-perform a multiple award construction contract for new construction and renovation of airfield paving. The term self-perform refers to performing relevant major trade construction work in-house without subcontractors. This does not include administrative or management functions. Relevant major trade construction work is that which is the same or similar to the work that may be ordered under the proposed contract. The North American Industry Classification System (NAICS) Code is 237310 (Highway, Street, and Bridge Construction) with a Small Business Size Standard of $33.5 million. Task orders issued under the proposed multiple award contract(s) will be performed at various federal sites within the NAVFAC Southwest area of responsibility (AOR) including, but not limited to, California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that most projects will be performed in the state of California. The proposed contract(s) will be for one (1) base year with four (4) one-year renewable options, resulting in the contract performance period of maximum five (5) years. The estimated total contract price for the base year and all option years for all contracts combined is $240,000,000. Task order range is estimated between $500,000 and $20,000,000. Projects will be primarily design-bid-build (fully designed) or secondarily design-build. Projects may include, but are not limited to, paving of airfield runway, taxiway, apron, and support areas for aircraft. Note that, for the purposes of this announcement, excluded are 237310 NAICS definition project types that do not primarily involve construction of heavy duty pavement areas intended to support aircraft. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Forms . Provide the following: 1) Contractor Information: Provide your firm s contact information. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, and/or SDVOSB concern. For more information on the definitions or requirements for these small business programs, refer to www.sba.gov/. 3) Bonding Capacity: Provide your surety s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Locations: Identify the locations in which you are willing and capable to work. 5) Experience: Using the form provided, submit minimum three (3) and maximum five (5) government or commercial projects that demonstrate your firm s experience self-performing construction of new or renovated airport/airfield pavement, as indicated in this announcement, with a 500,000 minimum construction cost. All submitted projects shall be 100 percent complete within the prior 5-year period (based on the submission due date). All projects shall include self-performed installation of 10,000 square feet area minimum rigid or flexible pavement intended to support winged aircraft. Projects involving installation of only the subbase materials, crack repair, patching, overlays, seal coats, or non-pavement items are not considered valid. Projects performed by subcontractors will not be considered. New construction means the project primarily constructed airport/airfield pavement where there was none previously. Renovation construction means the project primarily repaired or replaced previously existing airport/airfield pavement. Additional minimum requirements: Submit at least one project involving self-performed construction of pavement at an airport/airfield intended to support movement of heavy winged aircraft, meeting at least one of the following standards: - Minimum pavement strength rating (per AirportIQ 5010 or FAA Airport Diagrams): - Pavement Classification Number (PCN): 55 - Dual Wheel (D/DW): 200 - Dual Tandem Wheel (2D/DTW): 300 - Dbl Dual Tandem Wheel (2D2/DDTW): 800 - Rigid Pavement: 15 inch thick PCC surface course minimum - Flexible Pavement: 10 inch thick surface course minimum Submit at least one project with a construction cost of 4,000,000 or greater. Submit at least one project demonstrating experience with design-build. Submit at least one new construction project and one renovation construction project. Note: A single project may satisfy more than one of the above minimum requirements. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (Pacific Daylight Time) on October 13, 2014. Please address your response to NAVFAC Southwest, CI Core Team, Attn: Chad Slade - RAQ20.CS, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to chad.a.slade@navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov and begin with N62473.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247314RAFPV/listing.html)
 
Document(s)
Attachment
 
File Name: N6247314RAFPV_N6247314RAFPV_MACC_IV_10-13-2014.zip (https://www.neco.navy.mil/synopsis_file/N6247314RAFPV_N6247314RAFPV_MACC_IV_10-13-2014.zip)
Link: https://www.neco.navy.mil/synopsis_file/N6247314RAFPV_N6247314RAFPV_MACC_IV_10-13-2014.zip

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN03533763-W 20140928/140927062152-8e365dae9db8a0754301967a4ebc7ee4 (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.