SOURCES SOUGHT
Z -- SOURCES SOUGHT FOR AIRFIELD PAVING MACC
- Notice Date
- 8/12/2003
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
- ZIP Code
- 92132-5190
- Solicitation Number
- AirfieldPaving
- Response Due
- 8/29/2004
- Archive Date
- 9/13/2004
- Point of Contact
- Vickie Ball, Lead Contract Specialist, Phone 6195321536, Fax 6195324789, - Lisa Crawford, Contract Specialist, Phone (619) 532-1261, Fax (619) 532-4789,
- E-Mail Address
-
ballvb@efdsw.navfac.navy.mil, crawfordla@efdsw.navfac.navy.mil
- Description
- SOURCES SOUGHT FOR AIRFIELD PAVING MACC: This is a sources sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Southwest Division, Naval Facilities Engineering Command is seeking U.S. Small Business Administration (SBA) certified 8(a) and/or HUBZone sources with current relevant qualifications, experience, personnel, and capability to perform a multiple award design/build construction contract to build new, repair, or restore airfield runway paving, paving for landing craft operational areas, paving for track or heavy load military vehicle operational areas, and related work. Task orders for the multiple award contracts will be at various federal sites within the area of responsibilities (AOR) of Southwest Division, Naval Facilities Engineering Command. While most projects will be located in Southern California or Yuma Arizona, the contract may have Task Orders for projects in other locations within the AOR in Nevada, and New Mexico. The North American Industry Classification System (NAICS) Code is 237310 with a Small Business Size Standard of $28.5 million. The contract(s) will be for one base year with 4 one-year renewable options, resulting in the contract performance time of maximum 5 years. The estimated total contract price for the base year and all option years is $50,000,000+ per award. The estimated cost for each Task Orders will be between $500,000.00 and $15,000,000.00. Interested sources are invited to respond to this sources sought announcement by using the form provided under separate file titled ?Sources Sought Information Form?. Submit a maximum of 5 projects describing the following: 1) Experience: Describe the government or commercial contracts your firm has completed in the last 5 years showing experience in airfield runway paving or related paving as indicated in this announcement. Airfield runway paving includes taxiway paving, aircraft parking apron paving, high power test pad parking area paving for jet aircrafts. For each of the projects submitted for experience, provide the title, location, contract value, type of contract; if design/build; contract completion date; customer point of contact including phone number; and a narrative description of the product/services provided by your firm. Provide information on the firm experience on previous design/build contract for an airfield runway or related work with project cost in the range between $500,000.00 and $15,000,000.00. 2) Identify whether the firm has in-house engineering capacity or uses an A-E firm to provide design of airfield runway paving specialty and other related paving listed in this announcement. Indicate whether you have an established working relationship with the firm. 3) Bonding capacity: Provide surety?s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Identify which locations you are willing to work. 5) Identify whether your firm is a SBA certified 8 (a) or HUBZone business concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, EFDSW-SD will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a) or HUBzone small business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Source Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the government. Please respond to this sources sought announcement by 4:00 p.m. 29 August 2003 to Southwest Division, Naval Facilities Engineering Command, Code 02RC.VB, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to ballvb@efdsw.navfac.navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement, no evaluation letters will be issued to the participants.
- Place of Performance
- Address: Muliple locations within Southwest Division, Area of Responsibility
- Country: US
- Country: US
- Record
- SN00398863-W 20030814/030812213946 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |