The RFP Database
New business relationships start here

ROAD PAVING IDIQ FOR VARIOUS INSTALLATIONS UNDER THE NAVFAC SOUTHWEST AREA OF RESPONSIBILITY


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

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. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses.

This Sources Sought Synopsis is one facet in the Governmentbs overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted).
No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis.

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 this market research.

Naval Facilities Engineering Command (NAVFAC) Southwest is seeking Small Business, SBA certified 8(a) Businesses, SBA certified HUBZone Small Businesses, and/or Service-Disabled Veteran-Owned Small Business sources with current and relevant experience, personnel, and capability to self-perform an indefinite delivery indefinite quantity (IDIQ) contract for ROAD PAVING projects described under NAICS Code 237310 at https://www.census.gov/eos/www/naics/index.html.
The term bself-performb 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 $36.5 million. Task orders issued under the proposed indefinite delivery indefinite quantity (IDIQ) contract will be performed at various Government installations primarily within the following areas of responsibility:

(1) Marine Corps Air Ground Combat Center 29 Palms, Marine Corps Logistics Base Barstow, Mountain Warfare Training Center Bridgeport
(2) Naval Base Point Loma, Naval Base San Diego, Naval Base Coronado, Marine Corps Air Station (MCAS) Miramar, Marine Corps Recruit Depot (MCRD) San Diego

Any proposed contract(s) will be for a base performance period of two (2) years, an option period of two (2) years, and a final one (1) year option period, resulting in the contract performance period maximum of 5 years.
The estimated total contract price for the base year and all option years combined is $30,000,000 to $49,000,000. The task order range estimated to be $20,000 to $1,000,000.

Projects will be primarily design-bid-build (fully designed) task orders or task orders with minimal design effort (e.g. shop drawings) for new construction and repair of streets and other paved areas. Projects may include, but are not limited to: Repair of deteriorated asphalt and Portland cement concrete pavement (including full-depth or partial removal, repairs to subgrade and base materials, patching, slurry seal, crack cleaning, and replacement); Cold milling of existing asphalt pavement; Asphalt overlays; Construction of new asphalt or Portland Cement concrete pavement (including subgrade and base materials); and Pavement marking (striping, reflective markers, signage).
Projects may also include site work incidental to paving, including, but not limited to: clearing and grubbing; excavation and earthwork; storm drainage systems and structures; sidewalks; curbs and gutters; wheel stops; disposal and/or recycling of construction and demolition debris. This contract will NOT include airfield pavement construction.

Interested sources are invited to respond to this sources sought announcement by providing the following information on CORPORATE LETTERHEAD:

1) Contractor Information: Provide your firmbs contact information, including DUNS number and CAGE Code.
2) Type of Business: Identify whether your firm is a small business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Small Business concern.
For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/.
3) Bonding Capacity: Provide your suretybs 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 minimum of three (3) and maximum of five (5) recent specific government or commercial contracts/projects your firm has self-performed to demonstrate your relevant NAICS 237310 experience as indicated in this announcement. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract.
bRecentb is defined as having been completed within the five years prior to the submission due date. All projects shall have a minimum construction cost of $250,000. Submit at least two self-performed relevant project with a construction cost of $250,000 or above. Submit at least one relevant, self-performed project as a prime contractor. SELF-PERFORMED REFERS TO PERFORMING AT LEAST 25 PERCENT OF THE RELEVANT, MAJOR CONSTRUCTION TRADE WORK IN-HOUSE WITH ITS OWN EMPLOYEES (NOT INCLUDING THE COSTS OF MATERIALS). This does NOT include project administration or management functions (such as quality control or safety program) and miscellaneous work (such as housekeeping or cleanup). Relevant work is that which is the same or similar to the work that may be ordered under this contract.


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 for overall project and type of work your firm self-performed
Customer information including point of contact, phone number, and email address
Whether the work was performed as a prime or subcontractor
Type of contract (Design-Build or Design-Bid-Build)
Narrative project description

6) Safety: Submit Experience Modification Rates (EMR) and OSHA Days Away from Work, Restricted Duty, or Transfer (DART) rates for each of calendar years 2017, 2018, and current data for 2019. For any EMR greater than 1.0, any DART rate of 3.0 or greater, or any TRC rate of 4.0 or greater, provide an explanation to address the extenuating circumstances that affected the rate and any corrective actions taken.
Instructions for calculating the DART and TRC rate can be found at http://www.bls.gov/iif/osheval.htm. For joint ventures or mentor-protC)gC) agreements, provide the required information for each entity in the joint venture or MPA. NAVFAC may make an acquisition strategy determination that excludes contractors that do not submit the required information or contractors with unexplained high EMR, DART, or TRC rates from the pool of sufficiently qualified contractors.

In sections where recent experience is requested, all experience will be evaluated for market research purposes only. Firms are advised that while experience older than five years or not yet 100% complete may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted.
NAVFAC may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation.

Responses to this Sources Sought announcement are due no later than 2:00 p.m. (local time) on September 30, 2019. Please address your response to Naval Facilities Engineering Command Southwest, Attn: Brad Crawford, Code FOCAS.BC, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to Bradley.crawford@navy.mil. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ and begin with N62473.

BRAD CRAWFORD, 619-532-3671

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP