SOURCES SOUGHT
Z -- Paving Indefinite Delivery Indefinite Quantity PWD Newport, Rhode Island
- Notice Date
- 3/2/2020 7:00:06 AM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520B3321
- Response Due
- 3/24/2020 1:00:00 PM
- Archive Date
- 04/08/2020
- Point of Contact
- angella sterling, Phone: 4018412395, Cam Ormiston, Phone: 4018411564
- E-Mail Address
-
angella.sterling@navy.mil, cameron.ormiston@navy.mil
(angella.sterling@navy.mil, cameron.ormiston@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of small business sources. NAVFAC MIDLANT PWD Newport is seeking information from eligible business firms capable of performing Design/Build and Design/Bid/Build construction services for Indefinite Delivery Indefinite Quantity Regional Construction Maintenance contract for Asphalt Paving and Paving Related Services, and minor concrete maintenance repairs for Naval Station Newport, Rhode Island and surrounding locations including the Naval Undersea Warfare Center and� NAVFAC PWD New London. The magnitude of this construction project is between $10,000,000 and $25,000,000. Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses with current relevant qualifications, experience, personnel, and capability are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the government. General Work Requirements: The work includes but is not necessarily limited to, the provision of all labor, materials, equipment, tools, transportation, supplies, and supervision for: excavation, backfill, removal of bituminous materials, reclaiming pavement, saw cutting asphalt and concrete, resetting CB and MH frame and covers, MH rehabilitation, curb removal, curb resetting, disposal of soil containing arsenic and clean soil. The work further includes the provision and installation of new: fill material, gravel base material, bituminous pavement, temporary bituminous patching, curbing, seeding, sodding, cast-in-place concrete, concrete sidewalks, pavement markings, and other associated work and/or material including all incidental work. All work shall comply with the Rhode Island Department of Transportation standard specifications and the specification attached. Each task order will require project oversight and comply with ACOE Safety Manual EM 385 and OSHA. All Small Business, Small Disadvantaged Business, Woman Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Governments� best interest. The appropriate NAICS code for this procurement is 237310 - Highway, Street, and Bridge Construction. This synopsis is not a request for proposal. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested parties submit a brief capabilities package not to exceed (10) pages. This capabilities package shall address, at a minimum the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical requirements described herein. (2) Past Experience in performing Design/Bid/Build and Design/Build projects within the last five (5) years; (3) Company Profile to include the following; Company Profile, to include number of offices and number of employees per office, annual revenue, office locations, available bonding capacity, DUNS number, and CAGE code. Please indicate If you are a Small Business, Small Disadvantaged Business, Woman Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package ins not a prerequisite to nay potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be mailed to the following address: ATTN: Angella Sterling NAVFAC MIDLANT � PWD/FEAD Naval Station Newport BLDG 1 SIMONPIETRI DRIVE NEWPORT, RI 02841-1712 Responses must be received no later than 4:00PM Eastern Standard Time on 24 March 2020. Electronic submission will be accepted. Questions regarding this sources sought notice may be addressed to Angella Sterling at the above address, email at angella.sterling@navy.mil ,or via telephone at (401) 841-2395.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/086df691b2c24c66ace7c41541306d3a/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN05577525-F 20200304/200302230209 (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 |