The RFP Database
New business relationships start here

Open End Horizontal Open End Horizontal Indefinite Delivery/Indefinite Quantity IDIQ)


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought Synopsis

This is a Sources Sought notice in accordance with FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. All responses will be used for market analysis in determining the availability of potentially interested Small Business firms with a primarily performance of horizontal work (see requirements below) and may be used to determine appropriate acquisition strategy.


The Directorate of Public Works (DPW) Fort Hood through the Mission & Installation Contracting Command -Fort Hood (MICC-FH) desires to procure Construction Services to provide repairs, construction, and maintenance to the installation-paving infrastructure throughout Fort Hood, Texas. The magnitude of the anticipated project is more than $25,000,000 for a base plus two (2) one-year option periods. The purpose of this sources sought is to gain knowledge of qualified and interested Small Business firms. It is anticipated that the Open End Horizontal Indefinite Delivery/Indefinite Quantity (IDIQ) Contract will be awarded to one (1) company.
This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.
Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be made available only on the Federal Business Opportunities website (https://www.fbo.gov). It is the responsibility of potential offerors to monitor FBO for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 237310 Highway, Street, and Bridge Construction with a size standard of $36.5 million.
Required Capabilities:
A continuing need is anticipated for construction of new and the repair and/or replacement of existing pavement at Fort Hood. Requirements of the proposed contract will be completed in strict accordance with all the terms, conditions, special contract requirements, specifications, drawings, attachments, and exhibits within the contract or as incorporated by reference. These requirements will be achieved through the implementation of Task Orders (TOs) issued under the terms of the contracts.
The requirement has a need for qualified, experienced offerors in the paving construction field. The work shall include but is not limited to the following Summary of Requirements:


- General pavement maintenance including but not limited to:
o placement of thermoplastic or water-based striping
o placement of raised reflective markers
o placement of retroreflective beads
o placement of traffic control devices


- Flexible pavement maintenance including but not limited to:
o construct new bituminous pavements;
o resurface existing pavements;
o surface treatment of existing pavements;
o removal of flexible pavements
o cold milling of flexible pavements
o cold mix asphalt patching
o pulverization of flexible pavements


- Training facility maintenance including but not limited to:
o repair of existing gravel-surfaced tank trails
o constructing new gravel surfaced tank trails
o addition of asphalt stabilizer
o constructing concrete low water crossings


- Earthwork including but not limited to:
o excavation of material with offsite haul
o import of general and select fill material
o reprocessing of existing base material
o preparation, grading, and compaction of subgrade
o placement and installation of riprap, to include grouting where specified


- Landscape work including but not limited to:
o tree removal
o land clearing
o mulch, seed, or sod placement and soil stabilization
o placement of landscape aggregate


- Concrete work such as:
o concrete pavement in roadways and motor pools
o reinforced concrete retaining walls
o concrete curbs and gutters
o concrete erosion retard
o concrete sidewalks
o concrete headwalls
o concrete box inlets/manholes
o conventional, wire, or fiber reinforcement for concrete pavements)
o resealing of joints in rigid pavements
o removal of reinforced and unreinforced concrete


- Additional facility maintenance including but not limited to:
o Adjusting valve boxes/manholes to grade
o Installing corrugated metal pipe
o Installing corrugated metal pipe culverts
o Installing reinforced concrete pipe


All interested parties are invited to respond and must be currently registered in the System for Award Management (SAM) database (http://www.sam.gov).



All interested Small Business firms must submit the following in their capability package:
1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any;
3. If you are considering a joint venture that has not been formalized, specify the firm(s) you intend to partner with and how you plan to officially form the joint venture;
4. List of capabilities and/or experience (within past 5 years) in work similar in type and scope to include contract numbers (indicate whether as a prime contractor or subcontractor), project titles, dollar amounts, duration of projects, points of contact with their telephone numbers, whether government or commercial and an explanation of the relevancy of the project; provide three (3) references.
5. In an effort to identify the kind(s) of work your company performs, please indicate from the Summary Requirements list above what your company is able to perform;
6. Does your company have the ability to complete multiple projects simultaneously? Please explain;
7. What is the minimum and maximum dollar value for each project for which your firm would consider submitting a proposal;
8. What is your company's capability/availability for using RS Means?
9. Please share any pertinent certifications your company possesses;
10. What is your aggregate bonding capability and limits? What is your available bonding capability?
11. Would you consider work on Fort Hood which includes the Department of Labor Construction Wage Rate Requirement statute and guidelines (formerly none as Davis Bacon Act)?
17. If any subcontractors are to be used, respondents shall provide the anticipated percentage of effort to be subcontracted and whether small or other than small businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated;


This sources sought should not be construed as a commitment by the Government for any purpose nor will the Government reimburse any costs associated with the submission of information in response to this notice. Any information submitted by respondents to this sources sought is strictly voluntary and will be used solely for the purpose of market research. Please be advised that all submissions become Government property and will not be returned. Responses to this sources sought shall be submitted via email to Yvette Storay, Contract Specialist, yvette.storay.civ@mail.mil by 7 June 2018 @ 10:00 AM MST. Telephone inquiries will NOT be entertained.


 


Yvette Storay, Contract Specialist, Phone 2545539320, Email yvette.storay.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP