South Carolina Bids > Bid Detail

Base Pavements Maintenance and Repair IDIQ

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159032927111858
Posted Date: Mar 10, 2023
Due Date: Apr 12, 2023
Solicitation No: FA441823R0015
Source: https://sam.gov/opp/c6c3e5c997...
Follow
Base Pavements Maintenance and Repair IDIQ
Active
Contract Opportunity
Notice ID
FA441823R0015
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AMC
Office
FA4418 628 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 10, 2023 03:30 pm EST
  • Original Response Date: Apr 12, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Charleston AFB , SC 29404
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE -THIS IS NOT A REQUEST FOR PROPOSAL





This notice is posted in accordance with FAR 5.2



Project: JB Charleston Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Paving Contract





Solicitation Number: FA441823R0015



The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages from potential sources for planning purposes for the Paving IDIQ at Joint Base Charleston - Air Base, Charleston, SC; Joint Base Charleston - Weapons Station, Goose Creek, SC; Short Stay Recreational Area, Moncks Corner, SC; Defense Fuel Supply Point, Charleston, SC. North Auxiliary Airfield, North, SC.





The scope of this project consists of the multiple construction contracts for one (1) year plus four (4) option years, with a six (6) month extension of services.





The Paving IDIQ minimum amount is $2,500.00 and maximum amount is $16.5M





Each Task Order minimum amount is $2,500.00 and maximum amount is $2M





The NAICS Code assigned to this acquisition is code 237310 - Highway, Street, and Bridge Construction with a Size Standard of $45,000,000.





NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER ANY FUTURE SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS A FUTURE SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS.





Firms responding should indicate their size in relation to this size standard, and indicate socio- economic status (8(a), SDVOSB, HUBZone, EDWOSB, WOSB) or SB. If a response from two or more qualified firms is received for relevant socio-economic categories, this requirement may be set-aside.





NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees.





All interested Prime contractors who intend to submit a proposal - are highly encouraged to submit a capabilities package to the primary point of contact listed below, no later than (NLT) 2:00pm ET on 12 April 2022:





AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:




  1. Indicate which set-aside(s) your firm qualifies for under NAICS code 237310: 8(a), SDVOSB, HuBZone, EDWOSB, WOSB or Small Business.






  1. A positive statement of intent to submit a proposal as a prime contractor.

  2. Provide DUNS Number or Cage Code.

  3. Evidence of recent (within the last five years) experience with work similar in type and scope to include:




  1. Contract Numbers

  2. Project Titles

  3. Dollar Amounts

  4. Percent and complete description of work self-performed.

  5. Customer points of contact with current telephone number and email address.






  1. Bonding capacity to include single and aggregate amounts.



All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested small business concerns. If adequate interest is not received from 8(a), SDVOSB, HUBZone, EDWOSB, WOSB, or SB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror.



NOTES:




  1. The solicitation, specifications and drawings will be available on the website on or about 26 May 2022 at the SAM.gov website.

  2. Hard Copies of the solicitation will NOT be provided. However, files may be downloaded and printed from the website.

  3. There is no fee for this pre-solicitation/sources sought notice.

  4. A registration page is attached to the SAM.gov website. You are not required to register. However, registered individuals will receive notice of any amendments and/or addenda that may be issued to the solicitation. If unregistered, contractors must manually check the website for any changes to the solicitation.

  5. Contractors that are debarred, suspended, or proposed for debarment are excluded from receiving contracts. Agencies also shall not consent to subcontracts with such contractors.

  6. In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months.

  7. All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award.






  1. Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents.



Primary communication will be via email response to the primary point of contact NLT 12 April 2023, 2:00pm ET.





Points of Contact:





Primary: Brandon Rawlings, Contract Specialist, Phone (843) 963-5180, e-mail:



brandon.rawlings@us.af.mil.



Alternate: Marilyn Mactaggart, Contracting Officer, Phone (843) 963-4485, e-mail: marilyn.mactaggart@us.af.mil.



Place of Performance:



Joint Base Charleston Air Base, Charleston, SC; Joint Base Charleston - Weapons Station, Goose Creek, SC; Short Stay Recreational Area, Moncks Corner, SC; Defense Fuel Supply Point, Charleston, SC. North Auxiliary Airfield, North, SC


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • CP 843 963 5155 101 E HILL BLVD
  • JOINT BASE CHARLESTON , SC 29404-5021
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 10, 2023 03:30 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >