SOLICITATION NOTICE
Y -- Design-Build/Design-Bid-Build Paving and Airfield Paving Multiple Award Construction Contract (DB/DBB PAVING MACC), within the NAVFAC Hawaii Area of Responsibility
- Notice Date
- 5/21/2020 1:01:16 PM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- NAVFAC ENGINEERING COMMAND HAWAII PEARL HARBOR HI 96860-3139 USA
- ZIP Code
- 96860-3139
- Solicitation Number
- N62478-20-R-4041
- Response Due
- 6/5/2020 1:00:00 PM
- Archive Date
- 06/20/2020
- Point of Contact
- Robert L. Wong, Phone: 8084713498
- E-Mail Address
-
robert.l.wong1@navy.mil
(robert.l.wong1@navy.mil)
- Description
- Design-Build/Design-Bid-Build Paving and Airfield Paving Multiple Award Construction Contract (DB/DBB PAVING MACC), within the NAVFAC Hawaii Area of Responsibility.� This procurement is being advertised on an unrestricted basis and consists of one solicitation with the intent to award no more than five Indefinite Delivery /Indefinite Quantity (IDIQ) type contracts. The Government reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government. The work includes labor, supervision, tools, materials, and equipment necessary to perform asphaltic concrete pavement, airfield asphalt concrete pavement, roadway or parking lot asphaltic concrete pavement, roadway or parking lot concrete pavement, and other incidental related work to include but not be limited to sidewalks and curbs, marking and striping of pavement, within the State of Hawaii. The areas of consideration will include, but not be limited to, Navy, Marine Corps and Air Force, and miscellaneous Federal and other facilities within the NAVFAC Hawaii area of responsibility. Task orders issued for the work may require design and construction services.� In support of the Design-Build work, the Contractor shall employ the services of an architect/engineering professional firm experienced in paving and airfield paving projects. The North American Industry Classification System (NAICS) Code for this procurement is 237310.� The small business size standard is $39.5 million average annual receipts over the last 3 fiscal years.� The contract term will be a base period of one year plus four option periods.� The total term of the contract, including all options, will not exceed 60 months. The solicitation utilizes source selection procedures, which require Offerors to submit a technical and price proposal for evaluation by the Government.� The basis of award is to award contracts to the Offerors submitting the lowest price technically acceptable proposals.� The evaluation factors are anticipated to be: Experience, Safety, Past Performance, and Price.� The Price proposal will consist of lump sum pricing for a Seed Project, which may or may not be awarded. The estimated maximum dollar value, including the base period and all option periods, for all contracts combined is $48,000,000.� The minimum and maximum task order limitation will be established at $50,000 to $15,000,000, respectively, and will be competed among the contract awardees.� The only work authorized under this contract is work ordered by the government through 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; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee under the performance period of the contract.� The minimum guarantee may be met by the issuance of a task order during the base period or option period(s).� Contractors are not guaranteed work in excess of the minimum guarantee.� There are no additional minimum guarantees obligated for each option period. Offerors must be registered with the System for Award Management (SAM) database in order to receive a Government contract award.� For instructions on registering with SAM, please see the SAM website at https://www.sam.gov/SAM/. It is anticipated that the solicitation will be issued on or around late June 2020.� The solicitation will be available in electronic format only.� Offerors can view and/or download the solicitation at https://beta.SAM.gov/ when it becomes available.� No hard copies will be provided.� It is the Contractor�s responsibility to check the websites daily for any amendments to this solicitation.� All interested Offerors shall register at the website.� No notice of solicitation activity will be provided to interested Offerors. Proposal receipt date is approximate.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ef4e5a1ab12643ab8cc5867cfb03b6d7/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN05666411-F 20200523/200521230217 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |