Horizontal Construction Maintenance and Repair

Agency:
State: Indiana
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159777209869469
Posted Date: Dec 11, 2023
Due Date: Dec 27, 2023
Source: Members Only
Follow
Horizontal Construction Maintenance and Repair
Active
Contract Opportunity
Notice ID
N4008524R2553
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 11, 2023 04:48 pm EST
  • Original Response Date: Dec 27, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2LB - REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Crane , IN 47522
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intent of this notice is to identify potential offerors capable of performing the services. The Solicitation Number for this announcement is N4008524R2553; Naval Facilities Engineering Command Mid-Atlantic (NAVFAC MIDLANT), Public Works Department (PWD) Crane, Indiana is currently seeking potential sources for an Indefinite-Delivery/Indefinite Quantity Requirements (IDIQ) type contract to accomplish Horizontal Construction Maintenance and Repair. Work will be performed at the Naval Support Activity (NSA Crane) in Crane, Indiana and the Glendora Test Facility in Sullivan, Indiana. The Contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, transportation, incidental engineering, and vehicles to perform all work associated with Horizontal Construction Maintenance and Repair. This work includes but is not limited to: excavation and fill, asphalt repairs/replacement, highway striping, guardrail repair/replacement, concrete work, culvert replacement, fence repair/replacement, erosion control, stone road and lot maintenance, sidewalk repair/replacement, highway sign maintenance, repair/replacement and incidental related work.





Historically, asphalt overlays have accounted for approximately 50 percent of the work. In addition to complying with the Unified Facilities Guide Specifications, the contractor must also meet all Indiana Department of Transportation (INDOT) Specifications. The contractor or subcontractor performing the specific type of work must be a certified asphalt producer with INDOT and must be listed on the INDOT prequalified bidders list under all the following work types: B(A), C(A), C(B), E(E), E(F), E(H), E(I), E(J), E(K), E(T), 0085. All work completed on this contract must be completed by a contractor with all of these INDOT codes. Both NSA Crane and the Glendora Test Facility are remote locations.





For security purposes at NSA Crane, all material deliveries shall enter through the Crane Gate, located at the East end of State Highway 558. NSA Crane has approximately 411 miles of roads (156 miles paved and 255 miles stone), which are scattered over 100 square miles. An asphalt overlay project may be as far away as 20 miles from the Crane Gate. Minimum HMA temperatures at the time of compaction shall not be more than 18 degrees F below the minimum mixing temperature as shown on the JMF, in accordance with INDOT 401.14. All asphalt sampling and testing must be completed by an INDOT approved HMA Mix Design Laboratory.





This will be a requirements type contract with pre-priced line items for horizontal construction maintenance and repair. Task orders will be negotiated and issued after award for specific horizontal construction maintenance and repair projects. The term of the contract would be for a 12 month base period, plus three 12 month option periods to be exercised at the discretion of the Government. The overall contract maximum will be 48 months or $30 million, whichever comes first.





The applicable NAICS Code for this solicitation is 237310, Highway, Street, & Bridge Construction. The Small Business Size Standard is $45,000,000.00.





Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.





Sources are sought from 8a firms with a bonafide place of business located in Small Business Administration (SBA) Region V geographical area serviced by Indiana, Illinois, Ohio, Michigan, Minnesota, and Wisconsin SBA District Offices, Service Disabled Veteran Owned Small Business (SDVOSB), HUB Zone concerns, Woman Owned Small Business concerns (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), or small business concerns. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, HUB Zone concerns, WOSB, EDWOSB, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, SDVOSB, HUBZone concern, WOSB, EDWOSB, , or small business concern. If an adequate number of qualified responses are not received from these businesses, then the Government will issue the solicitation as unrestricted.





Interested 8a Region V businesses, SDVOSB, HUBZone concerns, WOSB, and small businesses shall indicate their interest to the Contracting Officer in writing via Statement of Qualifications. The Statement of Qualifications shall include the following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8 (a) Region "V" contractor, HUBZone concern or WOSB; SDVOSB must also provide documentation of their status (b) describe your partnering, teaming or joint venture intentions, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) describe specific portions of this type of effort your company intends to subcontract as well as letters of commitment from each identified subcontractor; and (e) provide description of work performed in the last three years that is similar in type, size, scope, and complexity; include contract numbers, project titles and descriptions, dollar amounts, and points of contact, along with telephone numbers; provide evidence of your company performing these efforts successfully (Indicators of successful performance as measured by percentage of award fee given or favorable past performance ratings, or awards received, etc. and (f) demonstrate the capability to bond up to $5,000,000.00 in a 12-month period. The offeror shall provide a letter from their bonding company that describes the contractors bonding capacity.





Anticipate the solicitation will be released on or about 22 January 2024 with proposals due a minimum of 30 calendar days after the solicitation is issued. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet on the Contracting Opportunities page at www.sam.gov.





The apparent successful offeror must be registered in the System for Award Management (SAM) database at the time an offer or quotation is submitted in accordance with FAR 4.1102. Failure to have an active SAM account on the proposal due date will make the Offeror ineligible for award. It will take several days for a SAM record to be activated; therefore, offerors not already registered in the SAM database are highly encouraged to do so now via Internet at: http://www.sam.gov. Registration in SAM is free.





All contractual and technical inquires shall be submitted via email to Cassandra Hines at Cassandra.c.hines.civ@us.navy.mil.





Statement of Qualifications shall be submitted under Solicitation Number N4008524R2553 via e-mail to: Cassandra.c.hines.civ@us.navy.mi. Direct all question to Cassandra Hines by email.





Interested parties should respond by submitting a Statement of Qualifications no later than 2:00 PM (EST) on 27 December 2023.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 11, 2023 04:48 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 >