SOURCES SOUGHT
99 -- Paving IDIQ, Laughlin AFB
- Notice Date
- 5/8/2024 11:57:51 AM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- FA3099 47 CONF CC LAUGHLIN AFB TX 78843-5101 USA
- ZIP Code
- 78843-5101
- Solicitation Number
- FA309924Q1015
- Response Due
- 5/20/2024 11:30:00 AM
- Archive Date
- 06/04/2024
- Point of Contact
- Sydney Boyles, Phone: 8302985744, TSgt Christopher L. Robinson, Phone: 8302984879
- E-Mail Address
-
sydney.boyles@us.af.mil, christopher.robinson.52@us.af.mil
(sydney.boyles@us.af.mil, christopher.robinson.52@us.af.mil)
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA309924Q1015 and shall be used to reference any written responses to this source sought. Laughlin Air Force Base anticipates a requirement that is being considered under a small business set-aside program, depending on the type and number of responses received. The North American Industry Classification Systems (NAICS) Code proposed 237310. The size standard for NAICS is $45,000,000. The requirement is to provide: Construction, modification, and renovations of existing roads and utilities on Laughlin Air Force Base. Work may include repair, maintenance, alteration, demolition, painting, paving and earthen work for roads and infrastructure. The Contractor shall provide all design, labor, equipment, material, manufactured articles, transportation, supervision, and all else necessary to accomplish the design and/or repair/construction of each Task Order (TO) written under the resultant Paving IDIQ for all work defined for each project. The proposed duration of this contract is for a period of one year and four one-year option periods, if exercised, which cannot be exceeded. The anticipated maximum amount of the proposed contract is estimated at up to $9,750,000 for the life of the contract. The anticipated minimum guaranteed amount of the proposed contract is estimated to be $1,000 for the life of the contract. This negotiated procurement will be accomplished using the Best Value Source Selection Method, Performance Price Trade-Off. The evaluation criteria for proposal evaluation will be accomplished utilizing (a) Technical (b) Past Performance and, (c) Price factors, with past performance history being approximately equal to cost or price considerations. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, type of business, and location. NOTE: We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail addresses: christopher.robinson.52@us.af.mil and sydney.boyles@us.af.mil and/or by mail to 171 Alabama Avenue, Laughlin AFB TX, 78843-5102. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN Friday, May 20, 2024. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through SAM.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/519ffe39ae5a45a7b181ed7794b0b559/view)
- Place of Performance
- Address: Laughlin AFB, TX, USA
- Country: USA
- Country: USA
- Record
- SN07057851-F 20240510/240508230051 (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 |