Back to tenders & grants page
IDIQ, MACC SMALL BUSINESS SET-ASIDE FOR PAVING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY INCLUDING BUT NOT LIMITED TO CALIFORNIA, ARIZONA, NEVADA, UTAH, COLORADO, AND NEW MEXICO
Receive Tenders like this by email

IDIQ, MACC SMALL BUSINESS SET-ASIDE FOR PAVING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY INCLUDING BUT NOT LIMITED TO CALIFORNIA, ARIZONA, NEVADA, UTAH, COLORADO, AND NEW MEXICO

IDIQ, MACC SMALL BUSINESS SET-ASIDE FOR PAVING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS WITHIN THE NAVFAC SW AREA OF RESPONSIBILITY INCLUDING BUT NOT LIMITED TO CALIFORNIA, ARIZONA, NEVADA, UTAH, COLORADO, AND NEW MEXICO has been closed on 04 Feb 2021. It no longer accepts any bids. For further information, you can contact the DEPT OF DEFENSE.DEPT OF THE NAVY.NAVFAC.NAVFAC PACIFIC CMD.NAVFAC SW.NAVFAC SOUTHWEST

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

DEPT OF DEFENSE.DEPT OF THE NAVY.NAVFAC.NAVFAC PACIFIC CMD.NAVFAC SW.NAVFAC SOUTHWEST

Industry:

Paper, Wood & Furniture

Status:

Closed

Timeline

Published:

21 Jan 2021

Deadline:

04 Feb 2021

Value:

Not available

Contacts

Description

https://sam.gov/opp/9792ab790eb3446483e7cacd592e176b/view?keywords=&sort=-modifiedDate&index=opp&is_active=true&page=1

Amendment #6:  The purpose of this amendment is to incorporate Part 1 N62473-20-R-0071 Revision #5 which updates the Wage Determination for seed project at Naval Air Station Lemoore, CA. The updated Wage Determination is CA20210018 dated 15 January 2021. This amendment incorporates revisions to RFP Section 00210. Revisions were made to Factor 2: Experiences (changes bolded and highlighted) and provides answ ers to RFI's #25 - #42. The proposal due date has been changed f rom 26 January 2021 to 4 February 2021. This amendment also incorporates DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements and DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements.

All attachments are located at the following link:

https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=N6247320R0071

Amendment #5:  The purpose of this amendment is to incorporate Part 1 N62473-20-R-0071 Revision #4 which updates the Wage Determination for seed project at Naval Air Station Lemoore, CA. The updated Wage Determination is CA20210018 dated 01 January 2021. This amendment also incorporates revisions to RFP Section 00210. Revisions were made to Factor 2: Experiences (changes bolded and highlighted) and the definition of "Offeror's Team" has been added to Definitions. Answers to RFI questions 21 - 24 are included. DFARS 252.222-7999 Combating Race and Sex Stereotyping (DEVIATION 2021-O0001) has been deleted from this solicitation.

Amendment #4:  The purpose of this amendment is to incorporate Part 1 N62473-20-R-0071 Revision #3. Revision #3 incorporates the new seed project #18927200, Reeves Blvd. Asphalt Paving Project, Naval Air Station Lemoore, CA. This amendment also incorporates FAR 52.204-26 Covered Telecommunication Equipment or Services Representation (OCT 2020) and DFARS 242.222-7999 Combating Race and Sex Stereotyping (DEVIATION 2021-O0001), revises the proposal due date to 26 January 2021, and provides answers to RFI questions 1 - 20.

Amendment #3.  The purpose of this amendment is to remove PTO 0001 Project #YU1746M, Repair Fire Lane, Marine Corps Air Station Yuma, Yuma AZ, Part 1 N62473-30-R-0071 Revision #2, YU1746M IFC Plan (e-signed), and YU1746M IFC Specifications_e-signed from the solicitation.  Project #YU1746M, Repair Fire Lane, Marine Corps Air Station Yuma, Yuma AZ, was determined to be out of the scope of this proposed MACC and will not be awarded under this solicitation.  
The proposal due date has changed to 2PM PST, 7 January 2021. NOTE:  Until an amendment providing a brand new paving project is posted this MACC solicitation will not close and the proposal due date will continue to be extended. 
Offerors are encouraged to monitor beta.sam for a future amendment to this solicitation to incorporate a brand new PTO 0001 Part 1, plans and specifications for a new paving project.

Amendment #2The purpose of this amendment is to update the Site Visit instructions in paragraph 5 of attachment Part 1 N62473-20-R-0071 Revision #2. 

Amendment #1.  The purpose of this amendment is to incorporate Part 1 N62473-20-R-0071 Revision #1.  The Wage Determination has changed from AZ20200035 08/21/2020 to AZ20200021 08/21/2020. 

This procurement is for a Multiple Award Construction Contract (MACCs) and is being advertised as a 100% small business set-aside.  This procurement uses the one-phase design-build selection procedures and consists of one solicitation for each MACC with the intent to award five or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible Offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered.

This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor.  Award of task orders will be on a firm fixed price basis.  The work to be acquired under this solicitation is for new construction, renovation, and repair, by design-build or design-bid-build, of paving construction projects at various Government installations located in NAVFAC SW area of responsibility (AOR) including but not limited to California, Arizona, Nevada, Utah, Colorado, and New Mexico.  Types of 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.

The North American Industry Classification System (NAICS) code is 237310 (Highway, Street, and Bridge Construction), and the annual size standard is $39.5 million.  The basic contract performance period will be for 24 months.  Each contract contains one (1) 36-month option for a total maximum duration of 60 months.  The estimated maximum dollar value, including the base year and all options, for all contracts combined is $99,000,000.  The only work authorized under this contract is work ordered by the government through issuance of a task order.  Task orders will range between $100,000 and $5,000,000.  Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract.  The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $5,000 is guaranteed to be ordered from each awardee, under the performance period of the contract.  Contractors are not guaranteed work in excess of the minimum guarantee.

The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Factor 1 - Technical Approach, Factor 2 – Experience, Factor 3 - Past Performance, Factor 4 – Safety, and Price (based on Proposed Task Order 0001).  Best Value Tradeoff Source Selection procedures will be used, and award may be made to the Offeror(s) whose proposal is the most advantageous and offers the best value to the government, price and other factors considered.  No site visit will be held, and no pre-proposal conference will be conducted.

This acquisition is being restricted to Small Business and 237310 NAICS code.  In order to qualify as a Small Business contractor, companies must meet the requirements and steps listed at the SBA’s webpage at https://www.sba.gov/size-standards/ and have current registration in the System for Award Management (SAM) database.
 

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more