The RFP Database
New business relationships start here

SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCT AND RENO OF AIRFIELD PAVING AT VARIOUS GOVT INSTALLATIONS IN CA, AZ, NV, CO, UT, AND NM


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

N62473-18-R-AFPV

SOURCES SOUGHT FOR INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION AND RENOVATION OF AIRFIELD PAVING AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CALIFORNIA, ARIZONA, NEVADA, COLORADO, UTAH, AND NEW MEXICO

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, Economically Disadvantaged WomenbOwned Small Businesses, and/or ServicebDisabled VeteranbOwned Small Businesses.

This Sources Sought Synopsis is one facet in the Governments 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) Business, SBA certified HUBZone Small Business, Economically Disadvantaged WomenbOwned Small Business, and/or ServicebDisabled VeteranbOwned Small Business sources with current and relevant experience, personnel, and capability to perform a multiple award construction contract for demolition projects.

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 multiple award contract(s) will be performed at various federal sites within the NAVFAC Southwest area of responsibility (AOR) 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 will have a maximum performance period of five (5) years. The estimated total contract price for the base year and all option years for all contracts combined is $499,000,000. Task order range is estimated between $500,000 and $20,000,000.

Projects will be primarily design-bid-build (fully designed) or secondarily design-build.
Projects may include, but are not limited to, paving of airfield runway, taxiway, apron, and support areas for aircraft. Note that, for the purposes of this announcement, excluded are 237310 NAICS definition project types that do not primarily involve construction of heavy duty pavement areas intended to support aircraft.

Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Forms. Provide the following:
1) Contractor Information: Provide your firms 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, and/or SDVOSB concern.
For more information on the definitions or requirements for these small business programs, refer to www.sba.gov/.
3) Bonding Capacity: Provide your suretys 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: Using the form provided, submit a maximum five (5) government or commercial projects that demonstrate your firmbs experience self-performing construction of new or renovated airport/airfield pavement, as indicated in this announcement, with a $500,000 minimum construction cost. All submitted projects shall be 100% complete within the prior 5-year period (based on the submission due date).
All projects shall include self-performed installation of rigid or flexible pavement intended to support winged aircraft. Projects involving installation of only the subbase materials, crack repair, patching, overlays, seal coats, or non-pavement items are not considered valid. Projects performed by subcontractors will not be considered. Renovation construction means the project primarily repaired or replaced previously existing airport/airfield pavement.

Additional minimum requirements:
b"    Submit at least one project that demonstrates self-performed experience with a construction cost of $4,000,000 or greater.
b"    Submit at least one project that demonstrates self-performed experience in construction of a minimum of 10,000 cubic yards and a minimum thickness of 8 inches of rigid airfield pavement.

b"    Submit at least one project that demonstrates self-performed experience in construction of a minimum of 5,000 tons of flexible airfield pavement.
b"    Submit at least one project that demonstrates self-performed experience with renovation construction project.
Note: A single project may satisfy more than one of the above minimum requirements.

For each of the projects submitted for experience evaluation, provide the following:
bb title and location
bb award and completion dates
bb contract or subcontract value
bb type of work for overall project
bb current customer information including point of contact, phone number, and email address
bb whether the work was performed as a prime or subcontractor
bb type of contract (DesignbBuild or DesignbBidbBuild b see Sources Sought Information Form)
bb narrative project description
bb description of the work that was selfbperformed by your firm, including the percentage of contract value your firm selfbperformed.

6) Safety: Use the Safety Data Sheet to submit Experience Modification Rates (EMRs), OSHA Days Away from Work, Restricted Duty, or Transfer (DART) Rate, and Total Recordable Case (TRC) Rate for each of calendar years 2014, 2015, and 2016.
For any EMR above 1.0, DART rate above 3.0, or any TRC above 4.5 provide an explanation to address the reasons for the rate and extenuating circumstances that affected the rate. Instructions for calculating the DART rate can be found at http://www.bls.gov/iif/osheval.htm. If you have no EMR, explain why.

Responses to this Sources Sought announcement are due no later than 2:00 p.m. (Pacific Daylight Time) on November 2, 2017. 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. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and begin with N62473.

Chad Slade
619-532-3372
chad.a.slade@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP