Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
SOLICITATION NOTICE

Y -- INVITATION FOR BID FOR INDEFINITE DELIVERY / INDEFINITE QUANTITY (IDIQ) MISCELLANEOUS PAVING MAINTENANCE AND REPAIR CONTRACT, NSA MECHANICSBURG /NSA PHILADELPHIA SITES

Notice Date
1/15/2025 12:55:44 PM
 
Notice Type
Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524B2505
 
Response Due
1/31/2025 11:00:00 AM
 
Archive Date
02/15/2025
 
Point of Contact
Erik Cole, Phone: 7573411662, John Bishop, Phone: 7573411979
 
E-Mail Address
erik.w.cole2.civ@us.navy.mil, john.p.bishop1@navy.mil
(erik.w.cole2.civ@us.navy.mil, john.p.bishop1@navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
*****See PIEE notice***** TABLE OF CONTENTS 1. GENERAL 1.1 GENERAL OVERVIEW OF PROCUREMENT PROCESS 1.2 GENERAL OVERVIEW OF CONTRACT 2. BASIS FOR AWARD 3. BID REQUIREMENTS 3.1 PRE-BID CONFERENCE AND SITE VISIT 3.2 BID SUBMISSION INSTRUCTIONS 3.3 PRE-BID INQUIRIES (PPIs) 4. ATTACHMENTS: May be located on the contract opportunities Attachment 1 � Appendix B Statement of Work Attachment 2 � Pre-Proposal Inquiry (PPI) Form Attachment 3 � Excavation and Handling of Contaminated Material Attachment 4 � Supplementary Instructions for Paving IDIQ Attachment 5 � Activity Hazard Analysis Attachment 6 � Machinery and Mobile Equipment List Attachment 7 � Contractor Production Report Attachment 8 � NAVFAC Initial Mishap Notice Form Attachment 9 � Contractor Bid Sheet ELINS Attachment 10 � PIEE Vendor Access Instructions _______________________________________________________________________________ GENERAL 1.1 GENERAL OVERVIEW OF PROCUREMENT PROCESS Procurement Method: This acquisition will be advertised utilizing FAR Part 14 � Sealed Bidding resulting in a Firm Fixed Price (FFP) contract for construction services. Competition Requirements: This solicitation is being solicited as a Competitive, 8(a) Set-Aside. NAICS: The appropriate NAICS code for this procurement is 237310 � Highway, Street, and Bridge Construction, and the small business size standard is $45,000,000. Magnitude of Construction: In accordance with FAR 36.204 (g), the total estimated magnitude of construction for this contract (base period plus option years) is between $5,000,000 and $10,000,000. 1.2 GENERAL OVERVIEW OF CONTRACT Contract Title: Indefinite Delivery Indefinite Quantity Contract for Miscellaneous Paving Maintenance and Repair Contract, NSA Mechanicsburg /NSA Philadelphia Sites Work Order # 1808625 � Provided via Attachment 1 Description: This is a Regional Indefinite Delivery / Indefinite Quantity (IDIQ) contract to provide Paving, Curbs, Slabs, Striping, Repair, Excavation, Paving Sweeping, and Snow Removal work located within the area of responsibility of NAVFACV Mid-Atlantic, Public Works Department Pennsylvania, Facilities Engineering and Acquisition Division Sites. Types of work to be included in this contract are as follows, but are not limited to: Excavation and removal or replacement of deteriorated paved surfaces; Construction of new stone and bituminous surfaces; Overlay of existing ramp slabs and surfaces; Spot patching of existing bituminous paving; Stabilization of shoulders and application of bituminous tack coat, surface treatment, and sealing of cracks; Removal or replacement of concrete curbs, sidewalks, ramps, windowsills, floors, walls, block, bricks and bituminous surface areas; Saw cutting of asphalt and concrete, resetting manholes and catch basins, resetting curbing, and, wheel stops; Crack and joint repairs; Street marking of driving surfaces which, are to be thoroughly cleaned of dust, dirt, and other granular debris; Removal of existing paint, and other coatings adhering to the surface; Application of Sod and seeding, or reseeding as required; Disposal of all removed materials off Government property; Snow Removal to locations on-base as needed; and Engineering Drawings and Specifications. Term of the Contract: The duration of the contract will be for a five (5) year ordering period from the date of contract award. The total five-year ordering period includes a base period and four 12-month option periods not to exceed sixty (60) months from the date of contract award. Refer to Section 00 70 00 � Conditions of the Contract, FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000). Minimum Guarantee: The Government will issue a minimum guarantee in the amount of $5,000.00 to the successful Offeror via task order. The minimum guarantee covers the full term of the contract to include all option years. Construction Wage Requirements: General Wage Determinations covering the areas of responsibility are included in this solicitation. The most current wage decision will be incorporated into the contract at the time each option is exercised. Refer to section 00 73 00 of the Solicitation. Indefinite Quantity Individual Contract Line Item Quantities: Once the estimated quantities for individual line items shown in the Schedule have been ordered, additional quantities may be ordered as long as the overall not-to-exceed (NTE) amount of the contract per year is not exceeded and the Contractor agrees by signing the task order. BASIS FOR AWARD Evaluation of Bids: Award will be made to the responsible bidder whose bid, conforming to the invitation for bid requirements, will be most advantageous to the Government, considering only price and price related factors included in the invitation for bid. Bidders shall submit a lump sum price for Section 001000 -Solicitation, CLIN 0001 (Base Year), CLIN 0002 (Option Year 1), CLIN 0003 (Option Year 2), CLIN 0004 (Option Year 3), CLIN 0005 (Option Year 4) and unit prices for ELINs A001-A099, B001-B099, C001-C099, D001-D099, and E001-E099 for each CLIN. For purposes of evaluating bids for award, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Refer to Section 00 21 13, FAR 52.217-5 Evaluation of Options (JUL 1990). 3. BID REQUIREMENTS 3.1 PRE-BID CONFERENCE AND SITE VISIT: A site visit is not anticipated for this procurement. 3.2 BID SUBMISSION INSTRUCTIONS: The bidder shall submit one electronic bid with the following: Cover page with solicitation number, solicitation title, Offeror name, address, phone number, fax number, Unique Entity Identifier (UEI), Employer Identification Number (EIN), CAGE code, Point of Contact (POC), POC Title, POC phone number, and POC email address; Completed SF 1442 signed with all amendments acknowledged; Exhibit Line Items (ELINs), Excel Spreadsheet (Electric copy) A001-E099 for each CLIN. Solicitation Contract Form CLINs 0001, 0002, 0003, 0004, 0005 (Base and all option years). Copy of Representation and Certifications and proof of registration in System for Award Management (SAM); Confirmation of filing of Veterans� Employment and Training (VETS) VETS-4212 for the 2022/2023 filing cycle; Bid Guarantee in accordance with FAR Clause 52.228-1, Bid Guarantee; and Responsibility Determination Information (see below). RESPONSIBILITY DETERMINATION INFORMATION - In order to be eligible for award, the bidder must be determined responsible in accordance with FAR Part 9, specifically 9.104-1, General Standards. The bidder shall provide the following information in the bid package, which will not be provided to the public for inspection: Identification of the Contractor�s personnel and management to be used on this contract. The Contractor�s technical and management plans, including a schedule for performing required services. Description of Contractor�s facilities and equipment. Summary of the Contractor�s experience in performing work of the type required by this specification. One (1) Signed Bank Reference demonstrating adequate financial resources. If Offeror�s firm has a line of credit � provide information on how many figures Offeror can borrow against the line of credit (i.e. medium 6 figures � exact line of credit is not required). The latest three complete fiscal year financial statements for the prime contractor, certified by an independent accounting firm, if practicable, or signed by an authorized officer of the organization. Submit evidence of availability of working/operating capital, which will be used for the performance of the resultant contract. For Joint Venture arrangements, submit the latest three complete fiscal year financial statements for each company in the Joint Venture and discuss the financial responsibilities among the companies. The Government may also utilize Dun & Bradstreet reports to evaluate the financial capacity of the Offeror. Other work presently under contract and their period of performance. Prior contracts for similar work of similar magnitude, and the names, addresses and telephone numbers of individuals with the organization issuing the contract who may be contacted for information concerning the Contractor�s performance. Although required to be submitted with the bid package, this information will not be evaluated as part of the sealed bid evaluation. This information forms the basis of your firm�s responsibility determination should your firm be the apparent low bidder. Packages will not be returned, but shall be destroyed by the Contracting Officer. No certificate of destruction will be issued. The Offeror�s bid must include all data and information required and must be submitted in accordance with these instructions. The Offeror shall be compliant with the requirements as stated herein, for non-conformance may result in rejection of individual bids. ELECTRONIC SUBMISSION VIA PIEE Offerors shall submit an electronic bid (.pdf format) in response to this solicitation. Only the PIEE Solicitation Module is authorized for the submission of electronic proposals in response to this solicitation. Electronic proposal submissions should be no larger than 1.9 GB per file. Offerors shall ensure that the Government has received the electronic proposal prior to the date and time specified. PIEE Solicitation Vendor Access Instructions are provided via Attachment 3. Emailed submissions will not be accepted. Submissions must be correctly linked to the subject solicitation number within the PIEE module. Submissions that are incorrectly linked may not be considered. Upon successful submission of bid through PIEE, the Offeror should receive an email confirmation. Please keep this for your records. Offerors shall allow adequate time to upload files which may be slower for non-DoD users and to avoid other technical difficulties that may be encountered. Offerors are also responsible for submitting files in the format specified and consistent with requirements stated elsewhere in this solicitation. Files that cannot be opened, or are otherwise missing the required content are the responsibility of the Offeror. It is the sole responsibility of the Offeror to obtain the IFB files, along with any amendments, from Opportunities (https://piee.eb.mil and https://www.sam.gov). PIEE system will record the date and time of package submittal. The date and time of package submittal recorded in PIEE shall govern the timeliness of any bid submission. LATE BIDS WILL NOT BE CONSIDERED. BIDS SUBMITTED IN RESPONSE TO THIS REQUEST MUST BE RECEIVED NO LATER THAN THE DATE AND TIME SPECIFIED IN BLOCK 13A OF THE SF1442. Bids not received by the time and date specified shall be treated in accordance with FAR 52.214-7 �Late Submissions, Modifications, and Withdrawals of Bids�. CONTRACTOR EVALUATION PERFORMANCE REPORTING (CPAR) Contractor�s performance will be evaluated using the respective contractor performance evaluation report entry system located on the website http://www.cpars.gov. Prior to commencement of work the contractor is required to provide the government with the name, phone number and e-mail address of the �Contractor�s Representative� that will be responsible for receipt and review of draft performance evaluations prepared by the government in the appropriate system. It is the contractor�s responsibility to keep this contact information current. Utilities for Construction and testing: The Contractor shall be responsible for obtaining, either from available Government sources or local utility companies, all utilities required for construction and testing. The Contractor shall provide these utilities at their expense, paid for at the current utility rate delivered to the job site. The Contractor shall provide and maintain all temporary utility connections and distribution lines, and all meters required to measure the amount of each utility used. Whole Dollar Pricing: Bids will be rounded down to the nearest whole dollar for evaluation and subsequent award purposes. If after rounding takes place there are multiple identical low bidders, FAR 14.408-6 shall apply. Payment Instructions: Refer to section 00 73 00 of the Solicitation for Payment Instructions. Bonding Requirements: A bid guarantee is required; Payment and Performance bonds are required; The Contractor will submit performance and payment bonds for each task order awarded over $150,000.00. The Contractor shall submit Alternate Payment Protection for task orders awarded from $35,000.00 - $150,000.00 in accordance with FAR 52.228-13, Alternate Payment Protection. For task orders under $35,000.00, no bonding is required. Bidders should account for this cost in their unit prices. 3.3 PRE-BID INQUIRIES (PPIs): All inquiries must be submitted in writing and received by the Contract Specialist fourteen (14) calendar days prior to the solicitation closing date in order to permit adequate time to reply to the inquiry. There is no guarantee that PPI�s submitted after the cut-off date will be answered before the solicitation closes. Submit all inquiries to Erik Cole at erik.w.cole2.civ@us.navy.mil. Use of �Attachment 4 Pre-Proposal Inquiry Form� template is required. The PPI Form Template (Attachment 2) can be found on https://piee.eb.mil and https://www.sam.gov. Please include the solicitation number and title in the subject line of the email when submitting PPIs. *****See PIEE notice*****
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f82b1229576b45fc93c6c17742e1bfb2/view)
 
Place of Performance
Address: Mechanicsburg, PA, USA
Country: USA
 
Record
SN07313711-F 20250117/250115230101 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.