SOLICITATION NOTICE
Z -- Paving Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract - Paving Request for Proposal (SF 1442 with Attachments)
- Notice Date
- 3/17/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9301-16-R-0011
- Point of Contact
- Rosann D. Knarreborg, Phone: (661) 277-9522, Vanessa E. Russell-Reed, Phone: (661) 277-2532
- E-Mail Address
-
rosann.knarreborg.1@us.af.mil, vanessa.russell-reed@us.af.mil
(rosann.knarreborg.1@us.af.mil, vanessa.russell-reed@us.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- 15. (L-9) Subcontractor/Teaming Partner Consent Form 14. (L-8) Past Performance Questionnaire (PPQ) 13. (L-7) Past Performance Information Form (PPIF) 12. (L-6) Progress Schedule Template 11. (L-5) Schedule of Material Submittals Template 10. (L-4) Seed Project Pricing Template 9. (L-3) Seed Project Statement of Work (SOW) 8. (L-2) Estimated Workload 7. (L-1) ELIN Pricing Template 6. Wage Determination - Los Angeles County 5. Wage Determination - Kern County 4. Civil Engineering (CE) Provided Plans 3. Paving Technical Specifications 2. 2017 Edwards AFB Design Standards 1. Basic Contract Statement of Work (SOW) Standard Form (SF) 1442 – Formal Solicitation (containing 15 attachments) THIS IS A FORMAL REQUEST FOR PROPOSAL (RFP)/SOLICITATION. The Presolicitation Notice was posted on 27 February 2017 under FA9301-16-R-0011. Proposal packages are due by 3:30 p.m. PST on 17 April 2017. This acquisition is for an indefinite delivery/indefinite quantity (ID/IQ) contract for paving requirements at Edwards Air Force Base (AFB), CA including the Air Force Research Laboratory (AFRL), Air Force Plant 42 (in Palmdale, CA), and other tenant organizations. The Contractor shall furnish all management, personnel, vehicles, supplies, equipment, etc. required to perform work such as, but not limited to: earthwork; soil sampling and testing; removal/disposal of soil; prime coat; tack coat and paint binder; asphalt concrete; slurry seal coating; construction seal and rejuvenating agent; fog seal; asphalt and concrete curbs; airfield Portland cement concrete, including runways, taxiways, pads, and aprons; penetrative oil/dust palliative treatment; road shoulder maintenance; ditch construction; street; road, airfield, and parking lot striping/marking; demolition of curb, gutters, sidewalks, and roadway and airfield pavements; surveys; handicap ramps; fences and gates; lighting standards, guardrails, and other incidental related work. Military Family Housing at Edwards AFB is privatized. Roads within housing areas are excluded from the scope of this contract; however, the roads connecting housing areas to the rest of the Base are part of this contract. This is a competitive acquisition set aside for the Historically Underutilized Business Zone (HUBZone) Program IAW FAR 19.1305. The North American Industry Classification System (NAICS) code for this effort is 237310 (Highway, Street, and Bridge Construction) with a size standard of $36.5M. The Service Code is Z2LB (Repair or Alteration of Highways, Roads, Streets, Bridges, and Railways). A concern's HUBZone status will be verified IAW 13 CFR Part 126 and FAR 19.1303(b). Specifically, the Contracting Officer will verify that a concern is a HUBZone small business concern via the SBA's certification on the List of Qualified HUBZone Small Business Concerns. To be eligible for a HUBZone contract, concerns must be a HUBZone small business concern both at the time of initial offer and at the time of contract award. Status will be verified by the Contracting Officer both at initial offer and before contract award, as well as periodically after proposal receipt in case there is a delay in contract award. The proposed contract shall be a Single Award, Firm-Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (ID/IQ) construction contract with a period of performance (PoP) of five years after the contract start date (no options). Contract award is expected in August 2017. This is a competitive best value source selection using the Performance Price Tradeoff (PPT) source selection process IAW FAR 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS) and the Air Force Federal Acquisition Regulation Supplement (AFFARS), with past performance approximately equal to price. A pre-proposal conference, Edwards AFB tour, and site visit for this acquisition will be conducted on 30 Mar 2017 at 1200 PST. Interested offerors are strongly urged to attend. The pre-proposal conference location is: Directorate of Contracting 5 South Wolfe Avenue, Building 2800 Wolfe/Yeager Conference Room Edwards AFB, CA 93524 IMPORTANT NOTE: ALL INTERESTED OFFERORS WILL BE LIMITED TO NO MORE THAN TWO (2) ATTENDEES PER FIRM (TO INCLUDE SUBCONTRACTORS INVITED BY THE PRIME OFFEROR). All interested offerors are directed to email the information required below no later than 0700 PST on 27 Mar 2017. Interested offerors who submit late or incomplete information, or otherwise fail to submit information, will not be vetted for Base access which is required in order to attend the pre-proposal conference and site visit. For individuals with current Base access, interested offerors must submit, at a minimum, the individual's Company Name and First and Last Name. This will help ensure the availability of Government-provided transportation for the Base tour and site visit. Company Name First and Last Name (as it appears on Driver's License) Driver's License State and Number U.S. Citizen/Person (Yes or No) Social Security Number (last four digits only) Date of Birth (MM/DD/YYYY) The above information shall be submitted by email to the Contract Specialist at rosann.knarreborg.1@us.af.mil and the Contracting Officer at vanessa.russell-reed@us.af.mil. Directions to the conference site at Building 2800 will be provided upon receipt of information. All attendees will need to have in their possession a valid driver's license or valid personal identification with photo and be able to pass a background check if required. If a problem is encountered during an individual's vetting process, that specific visitor will be contacted. Sign-in for the pre-proposal conference and site visit is scheduled to commence at 1130 PST and the briefing will commence at 1200 PST. The pre-proposal conference will introduce the Government key personnel involved with this acquisition and provide general information concerning the source selection process, Base procedures, etc. The Base tour "window tour" will show the general size of the Base with typical areas of work under the contract. The site visit will afford interested offerors the opportunity to evaluate the site for the seed project work. NOTE: Attendees are responsible for getting on Base and arriving at Building 2800 by the scheduled conference start time of 1200 PST. The Government will provide bus transportation for the Base tour and site visit. The Base tour and site visit will begin at Building 2800 and attendees will be transported back to Building 2800 upon completion of the Base tour and site visit. Below is a tentative schedule of events: 1130 - 1155 Visitor Sign-in 1200 - 1215 Welcoming Remarks and Introductions 1215 - 1230 Overview of Solicitation 1230 - 1245 Technical Information 1245 - 1300 Base Specific Information 1300 - 1400 Base Tour 1400 - 1430 Seed Project Site Visit 1430 - 1445 Return to Building 2800 All questions/concerns regarding the solicitation, pre-proposal conference, and site visit must be submitted in writing no later than 0700 PST on 04 Apr 2017 to the Contract Specialist and Contracting Officer indicated above. This is to ensure that all parties are afforded an opportunity to see the questions and answers (Q&As) which will be posted to www.fbo.gov under the original solicitation posting within about one week of the site visit date. Keep in mind that attending the site visit is not mandatory and all information provided at the site visit, Q&As, and list of the site visit attendees will be posted to www.fbo.gov under the original solicitation posting. Note to all Edwards AFB visitors: Recently, the Real ID Act of 2005 has been updated and may prevent visitors from obtaining Defense Biometric Identification System (DBIDS) passes/cards. As of 15 Sep 2016, visitors/contractors with driver's licenses from MO, MN, and WA (exceptions are EDL - Enhanced driver's licenses from MN & WA) will no longer be able to obtain a visitor's pass without another form of identification as an identity proofing document. Starting 30 Jan 2017, visitors/contractors with driver's licenses and identifications cards from KY, ME, MT, PA, and SC will no longer be able to obtain a visitor's pass without another form of identification as an identity proofing document. The list of acceptable forms of identification can be found in Appendix B (List of Acceptable Forms of Identification) in the "REAL ID Act of 2005 Implementation: An Interagency Security Committee Guide" dated August 2015 which can be found via the Department of Homeland Security's (DHS) website at https://www.dhs.gov/sites/default/files/publications/isc-real-id-guide-august-2015-508_0.pdf. All prospective offerors must be actively registered in the System for Award Management (SAM) in order to be eligible for award (https://www.sam.gov/) IAW FAR 4.1102. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay and/or reimburse respondents and/or their associates for any cost incurred to submit the requested information and/or proposal. SOLICITATION ATTACHMENTS: Standard Form (SF) 1442 - Formal Solicitation (containing 15 attachments) 1. Basic Contract Statement of Work (SOW) 2. 2017 Edwards AFB Design Standards 3. Paving Technical Specifications 4. Civil Engineering (CE) Provided Plans 5. Wage Determination - Kern County 6. Wage Determination - Los Angeles County 7. (L-1) ELIN Pricing Template 8. (L-2) Estimated Workload 9. (L-3) Seed Project Statement of Work (SOW) 10. (L-4) Seed Project Pricing Template 11. (L-5) Schedule of Material Submittals Template 12. (L-6) Progress Schedule Template 13. (L-7) Past Performance Information Form (PPIF) 14. (L-8) Past Performance Questionnaire (PPQ) 15. (L-9) Subcontractor/Teaming Partner Consent Form
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-16-R-0011/listing.html)
- Place of Performance
- Address: Edwards AFB, CA to include the Air Force Research Laboratory and Air Force Plant 42 in Palmdale, CA., Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04438569-W 20170319/170317233848-9dcd4c20d8f39408dc52cde40c38e697 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |