Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
DOCUMENT

Y -- SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF AIRPORT/AIRFIELD AND HEAVY DUTY PAVING PROJECTS AT VARIOUS LOCATIONS WITHIN THE NAVFAC SW AOR(CA, AZ, NV, CO, UT, NM) - Attachment

Notice Date
3/6/2012
 
Notice Type
Attachment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn: Code RAQ20 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247312RAFPV
 
Response Due
4/10/2012
 
Archive Date
4/25/2012
 
Point of Contact
Chad Slade
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF AIRPORT/AIRFIELD PAVING AND HEAVY DUTY PAVING PROJECTS AT VARIOUS SITES AND LOCATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY (CA, AZ, NV, CO, UT, NM) This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for Small Business, U.S. Small Business Administration (SBA) certified 8a, SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Business concerns, or whether to issue as full and open competition (unrestricted). This is not a solicitation announcement for proposals, and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. Naval Facilities Engineering Command (NAVFAC) Southwest is seeking Small Business, SBA certified 8a, SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel, and capability to self-perform a multiple award construction contract for new construction, repair, and renovation of airfield and heavy duty paving projects. The term self-perform refers to performing relevant major trade work in-house without subcontractors. This does not include administrative or management functions. Relevant major trade work is that which is the same or similar to the work that may be ordered under the proposed contract. The North American Industry Classification System (NAICS) Code is 237310 (Highway, Street, and Bridge Construction) with a Small Business Size Standard of $33.5 million. Task orders issued under the proposed multiple award contract(s) will be performed at various federal sites within the area of responsibility (AOR) of NAVFAC Southwest including, but not limited to, California, Arizona, Nevada, Utah, Colorado, and New Mexico. However, it is anticipated that most projects will be performed in the state of California. The proposed contract(s) will be for one base year with 4 one-year renewable options, resulting in the contract performance period of maximum 5 years. The estimated total contract price for the base year and all option years combined is $250,000,000. Task order range is estimated between $500,000 and $20,000,000. Projects will be primarily design-build or secondarily fully-designed. Projects may include, but are not limited to, paving of airport/airfield runway, taxiway, apron, and support areas for aircraft; and heavy duty paving of areas intended for heavy military and other heavy operational vehicles and equipment. Note that, for the purposes of this announcement, excluded are 237310 NAICS definition project types that do not involve construction of heavy duty pavement areas intended for heavy vehicle/aircraft or equipment loads. Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Forms. The following information shall be provided: 1) Contractor Information: Provide your firm's contact information. 2) Type of Business: Identify whether your firm is a Small Business, SBA certified 8a, SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Business concern. For more information on the definitions or requirements for these small business programs, refer to www.sba.gov/. 3) Bonding Capacity: Provide your surety ™s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Locations: Identify the locations in which you are willing and capable to work. 5) Experience: Submit a maximum of 5 government or commercial projects your firm has constructed (minimum 100 percent complete by the submission due date) in the last 5 years, demonstrating your experience constructing new or replacement pavement for airport/airfield and heavy duty paving projects as indicated in this announcement within the cost range of $500,000 to $20,000,000. Additional submission requirements: submit at least one project involving self-performed construction of airport/airfield pavement intended to support movement of heavy winged aircraft (minimum Pavement Classification Number (PCN) 60, or minimum Gross Wt rating Dual Wheel (DW) 150, per AirportIQ 5010.) submit at least one project (not an airport/airfield project) involving self-performed construction of heavy duty pavement areas intended for heavy vehicle or equipment loads (PCC 10 inch thick or greater). For each of the projects submitted for experience evaluation, provide the following: title and location award and completion dates contract or subcontract value type of work customer information including point of contact, phone number, and email address whether prime or subcontractor work type of contract narrative project description and description of pavement construction provided by your firm, including a description of pavement loading capacity description of work self-performed by your firm, including percentage self-performed If the project was design-build, identify the name and address of the A-E firm used to provide design or specify if design was performed in-house. Indicate whether you have an established working relationship with the design firm. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (local time) on April 10, 2012. Please address your response to NAVFAC Southwest, CI Core Team, Attn: Chad Slade RAQ20.CS, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to chad.a.slade@navy.mil. Responses received after the deadline or without the required information will not be considered. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at www.neco.navy.mil and begin with N62473.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247312RAFPV/listing.html)
 
Document(s)
Attachment
 
File Name: N6247312RAFPV_Sources_Sought_Information_Forms.zip (https://www.neco.navy.mil/synopsis_file/N6247312RAFPV_Sources_Sought_Information_Forms.zip)
Link: https://www.neco.navy.mil/synopsis_file/N6247312RAFPV_Sources_Sought_Information_Forms.zip

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN02689506-W 20120308/120307115537-bbd9b6d8dbd8ae2006fd855ac6543bd6 (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  © 1994-2020, Loren Data Corp.