MODIFICATION
Z -- Base Paving IDIQ - Joint Base Charleston - Solicitation 1
- Notice Date
- 7/31/2018
- Notice Type
- Modification/Amendment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA4418-18-R-0019
- Point of Contact
- Kristine K. Eastman, Phone: 8439635178, Robert Melton, Phone: 843-963-5173
- E-Mail Address
-
kristine.eastman@us.af.mil, robert.melton.6@us.af.mil
(kristine.eastman@us.af.mil, robert.melton.6@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Atch 9 - Price Schedule, Paving IDIQ Atch 8 - Wage Det SC41, Paving IDIQ Atch 7 - Green Procurement Form, Paving IDIQ Atch 6 - 2007 SCDOT Specifications, Paving IDIQ Atch 5 - SOW Statement of Work Specs, Paving IDIQ Atch 4 - SOW Temp Environmental Controls, Paving IDIQ Atch 3 - SOW Waste Mgt, Paving IDIQ Atch 2 - SOW Green Procurement, Paving IDIQ Atch 1 - SOW Environmental, Paving IDIQ FA441818R0019 Solicitation Paving IDIQ THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: Base Paving IDIQ - Joint Base Charleston, SC Solicitation Number: FA4418-18-R-0019 The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages of potential sources to provide Paving via an Indefinite Delivery Indefinite Quantity (IDIQ) contract at Joint Base Charleston, which consists of Joint Base Charleston - Air Base, North Charleston, SC and Joint Base Charleston - Weapons Station, Goose Creek, SC. During the contract period, Base Civil Engineers will identify paving tasks and the Contracting Officer will negotiate and issue task orders. The work consists of furnishing all labor, equipment, materials, transportation, supervision and testing to accomplish repairs of streets, parking lots, open storage areas, jogging trails and airfield pavements on Joint Base Charleston - Air Base, North Charleston, SC and Joint Base Charleston - Weapons Station, Goose Creek, SC. Work to be performed shall include, but not be limited to: removal of pavement and base, repair of pavement and base, asphalt and concrete paving, patching, pavement milling, repairing and replacing curb and gutter, adjusting valve boxes, manhole rings and other utilities, clearing, grubbing, tree removal, excavation, grading, earthwork, compaction, stabilized base, prime coating, tack coating, pavement resealing, asphalt overlay, pavement marking, pavement resurfacing, guardrails, silt fencing, temporary erosion controls and incidental related work. All elements of work shall include traffic control and both Horizontal and Vertical Survey work required for each delivery order. SPECIAL REQUIREMENTS/CONCERNS: Contract type will be Firm-Fixed Price. Capabilities are sought from Small Businesses, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining if this requirement can be set-aside. This requirement was previously solicited in FY14 under Solicitation number FA4418-14-R-0010. If you wish to view that solicitation and all associated documents for reference, please visit the FedBizOpps webpage at www.fbo.gov. Dollar magnitude for this contract is not to exceed (NTE) $9,800,000.00. The anticipated performance time is five (5) years (base year plus four option years). The NAICS Code assigned to this acquisition is 237310, (Highway, Street, and Bridge Construction), with a Size Standard of $36.5M. NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. Firms responding shall indicate their size in relation to the NAICS size standard stated above, and indicate socio-economic status/statuses (SB, 8(a), SDVOSB, HUBZone, EDWOSB, or WOSB). 8(a), SDVOSB, HUBZone, EDWOSB, and WOSB firms will first be sought. If a response from two or more qualified firms are received for any of the categories, then this requirement may be set aside. All interested 8(a), SDVOSB, HUBZone, EDWOSB, and WOSB prime contractors should indicate interest by submitting a capabilities package to the point of contact listed below, no later than 3:00p.m. EST on 11 June, 2018. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under the applicable NAICS code (SB, 8(a), SDVOSB, HUBZone, EDWOSB, or WOSB). (b) A positive statement of your intention to submit a proposal for this contract as a prime contractor. (c) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles 3. Dollar amounts 4. Percent and description of work self-performed 5. Customer points of contacts with current telephone numbers. (d) Evidence of bonding capability of a minimum of $2,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested concerns. If adequate interest is not received from SB, 8(a), SDVOSB, HUBZone, EDWOSB, or WOSB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror. NOTES: (1) The solicitation, SOW and drawings will be available on the website on or about 29 June 2018 at the www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this sources sought. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. (6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. Contracting Office Mailing Address: 628 CONS/PKB ATTN: Kristine Eastman 101 E. Hill Blvd., Bldg. 503 Joint Base Charleston, SC 29404-5021 Point of Contact Kristine Eastman, Contract Specialist Phone (843) 963-5178, FAX (843) 963-2829, e-mail: kristine.eastman@us.af.mil Alternate point(s) of contact: (1) Mr. Robert Melton, Contracting Officer Phone (843) 963-5173, Fax (843) 963-2829, e-mail: robert.melton.6@us.af.mil (2) SrA David Rios, Contract Specialist Phone (843) 963-5176, Fax (843) 963-2829, e-mail: david.rios_chinas.1@us.af.mil (Please include all Points of contact on email correspondence) Place of Performance Address: Joint Base Charleston - Air Base, North Charleston, SC Postal Code: 29404 Country: USA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-18-R-0019/listing.html)
- Place of Performance
- Address: Joint Base Charleston, Charleston AFB, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN05013090-W 20180802/180731230827-9653899374a94cc92f3e701e469a7307 (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 |