SOURCES SOUGHT
Z -- HORIZONTAL CONSTRUCTION SERVICES
- Notice Date
- 5/26/2020 5:27:35 AM
- Notice Type
- Sources Sought
- NAICS
- 23731
—
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520R1207
- Response Due
- 6/9/2020 11:00:00 AM
- Archive Date
- 09/10/2020
- Point of Contact
- ANNETTE TAYLOR, Phone: 8128542673, Carrie Grimard, Phone: 8128546641, Fax: 8128543800
- E-Mail Address
-
annette.taylor1@navy.mil, carrie.grimard@navy.mil
(annette.taylor1@navy.mil, carrie.grimard@navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing the services. The Solicitation Number for this announcement is N4008520R1207; Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for an Indefinite-Delivery/Indefinite Quantity Requirements (IDIQ) type contract for accomplishment of Horizontal Construction Services.� Work will be performed at the Naval Support Activity (NSA Crane), Crane, Indiana and the Glendora Test Facility at Sullivan Indiana.� The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, transportation, incidental engineering, and vehicles to perform all work associated with Horizontal Construction Maintenance and Repair. This work includes but is not limited to excavation and fill, asphalt repairs/replacement, highway striping, guardrail repair/replacement, concrete work, culvert replacement, fence repair/replacement, erosion control, stone road and lot maintenance, sidewalk repair/replacement, highway sign maintenance, repair/replacement and incidental related work. Historically, asphalt overlays have accounted for approximately 87 percent of the work. In addition to complying with the Unified Facilities Guide Specifications, the contractor must also meet all Indiana Department of Transportation (INDOT) Specifications 2012. The contractor or subcontractor performing the specific type of work must be a certified asphalt producer with INDOT and must be listed on the INDOT prequalified bidders list under all the following work types: B(A), C(A), C(B), E(E), E(F), E(H), E(I), E(J), E(K), E(T), 0085. All work completed on this contract must be completed by a contractor with all these INDOT codes. Both NSA Crane and the Glendora Test Facility are remote locations. For security purposes at NSA Crane, all material deliveries shall enter through the Crane Gate, located at the East end of State Highway 558. NSA Crane has approximately 411 miles of roads (156 miles paved and 255 miles stone), which are scattered over 100 square miles. An asphalt overlay project may be as far away as 20 miles from the Crane Gate. Minimum HMA temperatures at the time of compaction shall not be more than 18 degrees F below the minimum mixing temperature as shown on the JMF, in accordance with INDOT 401.14. All asphalt sampling and testing must be completed by an INDOT approved HMA Mix Design Laboratory. The solicitation contains provisions for a 12 month base period, plus two 12 month option periods to be exercised at the discretion of the Government. The contract maximum will be $20 million, or 36 months, whichever comes first. The NAICS Code for this solicitation is 237310, Highway, Street, & Bridge Construction.� The Small Business Size Standard is $39,500,000.00. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.��� Sources are sought from 8a firms with a bonafide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices, Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, Woman Owned Small Business concerns (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), or small business concerns.��� The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, WOSB, EDWOSB, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, , HUBZone concern, WOSB, EDWOSB, , or small business concern. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted. Interested 8a Region V businesses, SDVOSB, HUBZone concerns, WOSB, and small businesses shall indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8 (a) Region ""V"" contractor, HUBZone concern; SDVOSB must also provide documentation of their status (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) describe specific portions of this type of effort your company intends to subcontract as well as letters of commitment from each identified subcontractor; and (e) provide description of work performed in the last three years that is similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, or awards received, etc. Anticipate the solicitation will be released on or about 30 August 2020 with proposals due a minimum of 30 calendar days after the solicitation is issued. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.beta.sam.gov. The apparent successful offeror must be registered in the System for Award Management (SAM) database prior to contract award. Offerors not already registered in the SAM database are highly encouraged to do so via Internet at: http://www.sam.gov. Registration in SAM is free. All contractual and technical inquires shall be submitted via electronic mail to Annette.taylor1@navy.mil. Responses may be submitted under Solicitation Number N4008520R1207 via e-mail to: �Annette.taylor1@navy.mil. Direct all question to Annette Taylor by email. Interested parties should respond by submitting a Statement of Qualifications no later than 2:00 PM (EDT) on 09 June 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cd120f707e4244e1a1a94159527cd474/view)
- Place of Performance
- Address: Crane, IN 47522, USA
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN05670795-F 20200528/200526230151 (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 |