Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2024 SAM #8117
SOLICITATION NOTICE

Z -- Horizontal Construction Maintenance and Repair

Notice Date
2/15/2024 11:23:43 AM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2553
 
Response Due
3/2/2024 11:00:00 AM
 
Archive Date
03/17/2024
 
Point of Contact
Cassandra Hines, Carrie Grimard
 
E-Mail Address
cassandra.c.hines.civ@us.navy.mil, carrie.l.grimard.civ@us.navy.mil
(cassandra.c.hines.civ@us.navy.mil, carrie.l.grimard.civ@us.navy.mil)
 
Description
THIS IS A SYNOPSIS FOR A REQUEST FOR PROPOSALS FOR HORIZONTAL CONSTRUCTION.� The Solicitation Number for this announcement is N4008524R2553. THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET.� This will be the only method for distributing solicitation documents and amendments.� THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING AND DOWNLOADING ON THE CONTRACT OPPORTUNITES PAGE at https://www.sam.gov. The official plan holders list will be maintained and can be printed from the website only. Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR�S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS.� ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Cassandra Hines via e-mail at cassandra.c.hines.civ@us.navy.mil. The Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, will issue a request for proposals for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) type contract to accomplish Horizontal Construction.� Work will be performed at the Naval Support Activity (NSA Crane) in Crane, Indiana and the Glendora Test Facility in Sullivan, Indiana. The contractor shall provide all labor, equipment, tools, supplies, transportation, supervision, quality control, and management necessary to perform all work associated with to provide horizontal construction maintenance and repair including, but 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, and replacement, and incidental related work. This will be an indefinite-delivery/indefinite-quantity contract with pre-priced line items to provide horizontal construction maintenance and repair.� Task orders will be negotiated and issued after award for specific horizontal construction projects. The proposed solicitation will contain provisions for a 12-month base period plus three (3) 12-month option periods, to be exercised at the Government�s discretion. The contract will have a one-time guaranteed minimum of $1,000.00. The term of the contract shall not exceed 48 months or $30 million, whichever comes first. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. Low price technically acceptable selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price (or cost) proposal for evaluation by the Government will be used. The Government intends to award a contract resulting from this solicitation to the responsible offeror with the lowest price technically acceptable proposal based on the evaluation factors in the solicitation. The NAICS Code for this solicitation is 237310, Highway, Street and Bridge Construction. The Small Business Size Standard is $45,000,000.00. The Product Service Code is Z2LB -- Repair or Alteration of Highways/Roads/Streets/Bridges/Railways. This contract will replace a contract for similar services awarded in 2021 with a maximum value of $20.0 million.� Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package.� Requests under the Freedom of Information Act are not required for this information. A sources sought notice was posted on 11 December 2023 under solicitation N4008524R2553 on the Contract Opportunities page at https://www.sam.gov and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms.� As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition.� The NAVFAC MIDLANT small business office concurs with this decision.� Large business concerns are required to submit a subcontracting plan with their proposal. Offerors shall submit with their proposal a bid bond of $3,000,0000.00 or 20% of the total price. The apparent successful offeror must be registered in the System for Award Management (SAM) database at the time an offer or quotation is submitted in accordance with FAR 4.1102. Failure to have an active SAM account on the proposal due date will make the Offeror ineligible for award.� It will take several days for a SAM record to be activated; therefore, offerors not already registered in the SAM database are highly encouraged to do so now via Internet at: https://www.sam.gov.� Registration in SAM is free.� Approximate release date of the solicitation is 11 March 2024 � 22 March 2024 with proposals due no earlier than 30 calendar days after the actual release date.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/87daf9ecc9944782ae97bb9c031f2e8b/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN06967213-F 20240217/240215230051 (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 |
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.