Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOURCES SOUGHT

Z -- SOURCES SOUGHT NOTICE FOR: WO803827 DDAG SRM PAVEMENT REPAIRS, MARINE CORPS LOGISTICS BASE, ALBANY, GA

Notice Date
6/8/2015
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, FEAD MCLB ALBANY 5500 Walker Ave Albany, GA
 
ZIP Code
00000
 
Solicitation Number
N4008515B1204
 
Response Due
6/23/2015
 
Archive Date
7/8/2015
 
Point of Contact
Patricia A. Morgans, (229) 639-5603
 
E-Mail Address
patricia.a.morgans@navy.mil
(patricia.a.morgans@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a Sources Sought Notice only. This is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic to facilitate the decision making process. This is a survey of the market of potential U.S. Small Business Administration (SBA) certified 8(a), SBA Certified HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), and Small Businesses (SB). For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov. Based upon this survey, a decision will be made 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 a Request for Proposal, Request for Quote, or Invitation for Bid and there are no plans or specifications for this notice. The intent of this notice is to identify potential offerors. It is not to be construed as a commitment of the Government for any purposes 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 Mid-Atlantic is seeking eligible small businesses with current relevant experience to perform the following as described below: Project Description: Potential sources should have current relevant qualifications, experience, personnel, security approvals, equipment, capability, and bonding capacity to repair by replacement asphalt pavements for two parking, storage, and staging area lots; as well as, repair of Portland Cement Concrete pavements by cleaning and filling cracks, sealing joints, fixing spall of designated areas, full depth replacement of designated areas for one storage and staging lot area and four dock ramps. In the pavement repair by replacement areas, the finish surface will be re-graded to improve drainage. Total size of repairs is approximately 588,915 SF. The estimated contract value is between $5,000,000 and $10,000,000. The anticipated award of this contract is September 2015. The NAICS code for this project is 237310 Highway, Street, and Bridge Construction with the annual size standard of $36.5 million. All Service-Disabled Veteran-Owned, certified HUBZone, certified 8(a), and other certified Small Businesses are encouraged to respond. Large Business submittals will not be considered. If you are an 8(a) contractor, please submit your SBA certification letter. Upon review of industry response to this notice, the Government will determine whether a Set-aside acquisition in lieu of unrestricted competition is in the Government ™s best interest. This 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 issuance of an award. The Government is not obligated to, and will not pay for, any information received from potential sources as a result of this notice. It is requested that interested Small Businesses submit a brief Capabilities Statement Package (no more than five (5) pages in length, single-spaced, 12-point font minimum) demonstrating the ability to perform the requested work. Contractor Capability Package shall include the following items: (1) Relevant experience shall include experience in self-performing efforts similar in value, size and scope to this project within the last five (5) years and shall include contract number when applicable, contract value, Government/Agency point of contact with current telephone number, and a brief description with sufficient detail to determine whether this project is of a similar size and scope to the project description in this announcement; and, how the contract referenced relates to the project description herein. (2) Company Profile to include the following: (i) Number of employees (ii) Average annual gross revenue for the last three years (iii) Office location(s) (iv) Available bonding capacity per individual project and surety ™s name (v) DUNS number (vi) CAGE code (vii) Small business designation/status claimed (3) If you are proposing as an 8(a) Mentor-ProtĂ©gĂ©, please indicate the percentage and type of work to be performed by the ProtĂ©gĂ©. This package shall ONLY be submitted electronically to Patricia A. Morgans via email at patricia.a.morgans@navy.mil and MUST be limited to a 4MB attachment. You are encouraged to request a read receipt or acknowledgement via reply email. Submissions must be received at the email address cited above no later than 3:00 PM (EST)on JUNE 23, 2015. LATE SUBMISSIONS WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed to the email address above or by phone to Patricia A. Morgans at (229) 639-5603.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0e5fdc82750bb8d42569e627c80638a7)
 
Place of Performance
Address: Marine Corps Logistics Base, Albany, GA
Zip Code: 31704
 
Record
SN03756984-W 20150610/150608235131-0e5fdc82750bb8d42569e627c80638a7 (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.