Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 09, 2024 SAM #8383
SOLICITATION NOTICE

Y -- PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY / INDEFINITE QUANTITY (IDIQ) MISCELLANEOUS PAVING MAINTENANCE AND REPAIR CONTRACT, NSA MECHANICSBURG /NSA PHILADELPHIA SITES

Notice Date
11/7/2024 1:32:20 PM
 
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
N4008524B2505
 
Archive Date
11/23/2024
 
Point of Contact
James Godwin, Phone: 7573411999
 
E-Mail Address
james.a.godwin41.civ@us.navy.mil
(james.a.godwin41.civ@us.navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this synopsis is to make notice of a proposed contract action for a Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide Paving, Curbs, Slabs, Striping, Repair, Excavation, Paving Sweeping, and Snow Removal work located within the area of responsibility of NAVFAC Mid-Atlantic, Public Works Department Pennsylvania, Facilities Engineering and Acquisition Division Sites. It is the general intent of this Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract to secure services for excavation and removal or replacement of deteriorated paved surfaces; Construction of new stone and bituminous surfaces; Overlay of existing ramp slabs and surfaces; Spot patching of existing bituminous paving; Stabilization of shoulders and application of bituminous tack coat, surface treatment, and sealing of cracks; Removal or replacement of concrete curbs, sidewalks, ramps, windowsills, floors, walls, block, bricks and bituminous surface areas; Saw cutting of asphalt and concrete, resetting manholes and catch basins, resetting curbing, and, wheel stops; Crack and joint repairs; Street marking of driving surfaces which, are to be thoroughly cleaned of dust, dirt, and other granular debris; Removal of existing paint, and other coatings adhering to the surface; Application of Sod and seeding, or reseeding as required; Disposal of all removed materials off Government property; Snow removal to locations on-base as needed; and Engineering Drawings and Specifications. The duration of the contract will be for a five (5) year ordering period from the date of contract award. The total five-year ordering period includes a base period and four 12-month option periods not to exceed sixty (60) months from the date of contract award. The Government may issue a minimum guarantee in amount of $5,000.00 to the successful offeror via the initial task order. The minimum guarantee covers the full term of the contract to include all option years. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237310 � Highway, Street, and Bridge Construction, and the small business size standard is $45,000,000. This solicitation is being advertised as a total 8(a) Small Business set-aside and will be solicited utilizing Sealed Bidding procedures outlined in FAR Part 14.103-2. Award will be made to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price related factors included in the invitation. In accordance with FAR 36.204 (g), the total estimated magnitude of construction for this contract (base period plus option years) is between $5,000,000 and $10,000,000. A Sources Sought notice was initially published on 21 May 2024 to determine the capability of small businesses to perform the requirement. The Sources Sought notice yielded seven (7) Small Business responses with all seven (7) having submitted complete capabilities packages for evaluation. Based upon analysis of the data considered, and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is a reasonable expectation that an adequate number of 8(a) Small Business firms would respond to or be qualified to perform the requirements of this solicitation. NAVFAC Mid-Atlantic�s Office of Small Business Programs concurred with this decision on 06 November 2024. The Invitation for Bid (IFB) will be issued on or about 22 November 2024.� All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website.� The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. �Contractors are encouraged to register for the solicitation when downloading from the website.� Only registered contractors will be notified by email when amendments to the solicitation are issued.� A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE:� All prospective offerors must be registered in the System for Award Management (SAM).� You must have an active registration in SAM to do business with the federal government.� For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Erik Cole at erik.w.cole2.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/51e3ea0ad1a244efb44053a4ae9e7355/view)
 
Place of Performance
Address: Mechanicsburg, PA, USA
Country: USA
 
Record
SN07259798-F 20241109/241107230107 (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.