SOURCES SOUGHT
99 -- Indefinite Delivery Indefinite Quantity (IDIQ) Paving at Various Locations, Washington DC, MD, & VA
- Notice Date
- 10/21/2020 7:31:40 PM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
- ZIP Code
- 20374-5018
- Solicitation Number
- N40080-21-R-7608
- Response Due
- 10/27/2020 11:00:00 AM
- Archive Date
- 11/11/2020
- Point of Contact
- Lindsay M. Brown, Phone: 2026853192
- E-Mail Address
-
lindsay.naill@navy.mil
(lindsay.naill@navy.mil)
- Description
- Subject of Proposed Contract Action: Indefinite Delivery Indefinite Quantity (IDIQ) Paving at Various Locations, Washington DC, MD, & VA Solicitation Number: N40080-21-R-7608 Notice Type: Sources Sought Date: 14 October 2020 Response date: 27 October 2020 Classification Code: Y-Construction of structures and facilities NAICS Code: 237310 � Highway, Street, and Bridge Construction Point of Contact: Lindsay Brown | Contracting Officer | Email: lindsay.naill@navy.mil | Phone Number: 202-685-3192 Contracting Officer: 1314 Harwood ST., SE, Washington Navy Yard, District of Columbia 20374 This is not a solicitation announcement. This is a Sources Sought Synopsis announcement only. The information derived from this market research synopsis tool, will be used for preliminary planning purposes. The information received will be used within NAVFAC Washington to facilitate the decision making process. This is a survey of the market of potential local U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, SBA certified Service Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Women Owned Small Businesses (WOSB) and SBA certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB). Based on this survey, a decision will be made as to whether to issue the proposed solicitation for the types of firms indicated above or to issue as full and open competition (unrestricted). This notice does not constitute as Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. NAVFAC Washington is seeking SBA certified 8(a)s, SBA certified HUB Zones, SBA certified SDVOSBs, SBA certified WOSBs, and SBA certified EDWOSBs with current relevant experience with Indefinite Delivery/Indefinite Quantity contracts, personnel, and the capability to perform new paving, paving repair, and/or replacement of various types of paving surfaces such as roadways, airfields, sidewalks, curbs, gutters, etc. The contractor must also be able to perform other incidental types of work, which include but are not limited to the following: demolition, site preparations, excavation and site work, site drainage and storm drainage structures, concrete work, reinforcing concrete pavement, bituminous pavement, pavement striping and painting, pipes and pavers. �Paving and associated work may be ordered for industrial, commercial, and residential locations indicated with each task order. The work requires the repair and alteration to real property via paving of various areas within the Naval Facilities Engineering Command (NAVFAC) Washington, Area of Responsibility (AOR) in accordance with fixed price individual task orders issued under the basic contract. The NAVFAC Washington AOR includes naval facilities in Maryland, Northern Virginia and the Washington, DC area. The contractor may also, on occasion, be tasked to provide services described herein to any DOD or other Federal agency located in the Continental United States (CONUS). The contractor shall provide all labor, materials, tools, equipment, supervision, management and transportation required to repair/alter various sites, in accordance with the contract requirements. Work includes, but not limited to: demolition, excavation and site work, reinforcing concrete pavement, bituminous pavement, concrete work, pavement striping and painting, storm drainage structures and pipes, pavers and miscellaneous work. NAICS code is 237310 � Highway, Streets, and Bridge Construction with a small business size standard of $39.5 million. The proposed contract will be for a base period of one year and four (4) one year renewable options, resulting in the contract performance period of a maximum of 5 years. The estimated total contract price for the based year and four (4) options years combined is $75,000,000. SUBMISSION REQUIREMENTS: Interested sources are invited to respond to this Sources Sought announcement.� If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement to be considered as small for this procurement. �Responses must include identification and verification of the firm�s small business status (SBA certified 8(a), SBA certified HUB Zone, SDVOSB, SBA certified WOSB, and/or SBA Certified EDWOSB concern). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. All responses shall include the following: Completed �21R7608 Sources Sought Contractor Information Form� (form attached) that provides information on your company including type of business and bonding. Provide your surety�s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. �Note: If you are submitting as an 8(a) Mentor Prot�g�, please indicate the percentage of work to be performed by the prot�g�. Completed �21R7608 Sources Sought Project Data Form� (form attached) for each of the submitted relevant projects (a maximum of five projects). Ensure that the form is completed in its entirety for each project and limited to two pages per project. Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Submit a minimum of two (2) and a maximum of five (5) relevant construction projects completed in the past three (3) years (from the date of this announcement) demonstrating your experience under this NAICS as indicated in this announcement with a cost range of $2,000 to $500,000. The attached construction experience project data form shall be utilized to demonstrate experience. For each of the contracts/projects submitted for experience provide the title; location; whether you were a prime or subcontractor; award and complete dates; contract or subcontract value; type of work and structures/facility; type of contract (IDIQ or other); a narrative description of the paving work provided by your firm; and customer information including point of contact, phone number, and e-mail address. DO NOT submit basic contracts for IDIQ work, only the Task Orders issued to the basic contract. �Additional information: If the project submitted was for general construction, state which percentage of the total work performed was for paving. 3.� � Include a copy of your company�s SBA profile from http://dsbs.sba.gov and your company�s System for Award Management (SAM) printout from https://www.sam.gov The Sources Sought Contractor Information Form and Sources Sought Project Data Form are required. �Information not provided may prohibit your firm from consideration. The package shall be sent electronically to Ms. Lindsay Brown at Lindsay.naill@navy.mil.� � Submission must be received at this office cited no later than 2:00 PM Eastern Standard Time on 27 October 2020. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed to Lindsay Brown by email lindsay.naill@navy.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6fdc2880efe541cbaf609a1683adbfb7/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05834995-F 20201023/201021230142 (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 |