Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2012 FBO #3750
MODIFICATION

Z -- HORIZONTAL CONSTRUCTION SERVICES AT THE NAVAL SUPPORT ACTIVITY CRANE, INDIANA AND THE GLENDORA TEST FACILITY, SULLIVAN, INDIANA

Notice Date
2/28/2012
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N40083 NAVFAC MIDWEST PWD CRANE FEAD 300 Highway 361 Bldg 2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008312R2512
 
Response Due
3/14/2012
 
Archive Date
3/29/2012
 
Point of Contact
ANNETTE TAYLOR 812-854-2673 DEBBIE DILLS, PHONE: 812-854-3234 OR E-MAIL: debbie.dills@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REVISED SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N40083-12-R-2512; The Naval Facilities Engineering Command, Midwest, PWD Crane, is currently seeking potential sources for an Indefinite-delivery/indefinite-quantity (IDIQ) type contract with a base period of twelve months and two (2) 12-month option periods to be exercised at the Government ™s discretion. The NAICS Code for this solicitation is 237310, Highway, Street, and Bridge Construction. The Small Business Size Standard is $33,500,000.00. It is the Government ™s intent to utilize the contract resulting from a future solicitation to accomplish Horizontal Construction Services via an IDIQ Requirements contract with no guaranteed minimum and no guaranteed maximum for the contract term. This sources sought notice is being revised to clarify the requirements and to ensure responses are received from an accurate group of Service Disabled Veteran Owned Small Business, HUB Zone concerns, Woman owned small business concerns, or small business concerns. Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor must perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The intent is to issue a solicitation on a set aside basis to Service Disabled Veteran Owned Small Business, HUB Zone concerns, Woman owned small business concerns, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted. The intention of the future solicitation is to obtain Horizontal Construction Services as outlined below and described in the Performance Work Statement (PWS) primarily at the Naval Support Activity, Crane, Indiana and at the Glendora Test Facility, Sullivan, Indiana. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, transportation, incidental engineering, and vehicles to perform all work associated with Horizontal Construction Services including but not limited to excavation and fill, asphalt repairs/replacement, highway striping, guardrail repair/replacement, concrete work, culvert replacement, fence repair/replacement, erosion control, stone road and lot maintenance, sidewalk repair/replacement, highway sign maintenance repair/replacement and incidental related work. Historically, asphalt overlays have accounted for approximately 87 percent of the work. In addition to complying with the Unified Facilities Guide Specifications, the contractor must also meet all Indiana Department of Transportation (INDOT) Specifications 2012. The contractor or subcontractor performing the specific type of work must be a certified asphalt producer with INDOT and must be listed on the INDOT prequalified bidders list under all the following work types: B(A), C(A), C(B), E(E), E(F), E(H), E(I), E(J), E(K), E(T), 0085. All work completed on this contract must be completed by a contractor with all these INDOT codes. Both NSA Crane and the Glendora Test Facility are remote locations. For security purposes at NSA Crane, all material deliveries shall enter through the Crane Gate, located at the East end of State Highway 558. NSA Crane has approximately 411 miles of roads (156 miles paved and 255 miles stone), which are scattered over 100 square miles. An asphalt overlay project may be as far away as 20 miles from the Crane Gate. Minimum HMA temperatures at the time of compaction shall not be more than 18 degrees F below the minimum mixing temperature as shown on the JMF, in accordance with INDOT 401.14. All asphalt sampling and testing must be completed by an INDOT approved HMA Mix Design Laboratory. Best Value Source selection procedures will be utilized in conducting this competitive negotiation, which will consist of the submission of price and technical proposals once the Request for Proposal is issued. Interested Service Disabled Veteran Owned Small Businesses, HUBZone concerns, woman owned small business concerns, or small business concerns should indicate their interest to the contracting Officer in writing. As a minimum the following information is required in duplicate: (a) a copy of the certificate issued by the SBA of your qualifications as a HUBZone concern, (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers, (e) describe specific portions of this type of effort your company intends to subcontract and (f) provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, and or awards received, etc.) All of the above must be submitted in duplicate, and in sufficient detail for a decision to be made on availability of interested Service Disabled Veteran Owned Small Businesses, HUBZone concerns, woman owned small business concerns or other small business concerns. Failure to submit all information requested will result in a contractor not being considered as an interested Service Disabled Veteran Owned Small Business, HUBZone concern, woman owned small business concern, or small business concern. If adequate interest is not received from any of the above categories the future solicitation will be issued for full and open competition. Anticipate the solicitation will be released on or about April, 1, 2012. In accordance with FAR 5.102(a)(7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: www.neco.navy.mil or www.fbo.gov. A pre-proposal conference and site visit will be held and the date, time and location will be provided/specified in the solicitation. The apparent successful offeror must be currently registered in the Department of Defense Central Contractor Registration (CCR) database prior to contract award. Offerors not already registered in the CCR database are highly encouraged to do so by calling 1 (888) 227-2423, or via Internet at: http://www.ccr.gov. All contractual and technical inquires shall be submitted via electronic mail to annette.taylor@navy.mil. The due date for responses to this Sources Sought Notice is March 14, 2012. Responses may be submitted under Solicitation Number N40083-12-R-2512 via facsimile to 812-854-3800, e-mail to: annette.taylor@navy.mil or hand-deliver to NAVFAC Midwest PWD Crane, Attention: Annette Taylor, Contract Specialist, 300 Highway 361, Building 2516, NSA, Crane, IN 47522-5082. Receipt of potential offeror ™s Statement of Qualifications shall be received no later than 4:00 p.m. (EDT) on March 14, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950CR/N4008312R2512/listing.html)
 
Place of Performance
Address: NSA
Zip Code: 300 HIGHWAY 361, CRANE, IN
 
Record
SN02684512-W 20120301/120228234630-2955d9b168c66d842799818aafc39d44 (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 |
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.