Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA448419RA017
This acquisition is a procurement of the contract to provide asphalt paving and concrete to support Joint Base McGuire-Dix-Lakehurst, NJ (JB MDL). The Contractor shall provide all plant, supervision, ...
This acquisition is a procurement of the contract to provide asphalt paving and concrete to support Joint Base McGuire-Dix-Lakehurst, NJ (JB MDL). The Contractor shall provide all plant, supervision, management, quality control, labor, tools, equipment, appliances, and materials and perform all work necessary to repair and installation of new horizontal and vertical concrete work, asphalt paving, excavation, asphalt removal, leveling, grading, compaction, aggregate, applying tack coats, small call area work, drainage piping, culverts, catch basins, pavement striping, manholes, utility mark outs, and secondary electric mark outs for JB McGuire-Dix-Lakehurst (JB MDL), as specified by individual task order and in strict accordance with the specifications and drawings forming parts thereof, subject to the terms and conditions of the contract. The above general description of work does not in any way limit the responsibility of the Contractor to perform all work and furnish all plant, labor, and material required by the specifications and drawings to perform a complete and permanent job to adequately fulfill the intent of these specifications and to deliver a work product(s) that is fit for its intended purpose. The base period is one year and up to four option periods. The solicitation will be issued as a 100% small business set-aside. The Government is contemplating the award of a firm-fixed price (FFP) multiple-award indefinite delivery, indefinite quantity (IDIQ) contract for which the government intends to award a target of five contracts. The magnitude of this construction project is more than $10M for each contract. Award of a FFP multiple-award IDIQ contract from the solicitation will be made on the basis of Best Value to the Government using price and past performance as evaluation factors with past performance being more important than price. The Government reserves the right to award a contract other than the lowest price offeror. The North American Industry Classification System (NAICS) code for this procurement is 237310 with a size standard of $36.5 million. A site visit will be scheduled at a later date. The date will be provided once the solicitation is issued. ll relevant solicitation documents including specifications and drawings will be made available for download exclusively from the internet by accessing the FedBizOpps website at http://www.fbo.gov. Paper copies WILL NOT be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents (i.e., issued amendments, changes to the Statement of Work, etc.); and verifying the number of amendments issued prior to the due date for proposals. All responsible small businesses may submit a proposal, which shall be considered by the agency. All potential sources must obtain a DUNS number and register on the System for Award Management (SAM) website at http://www.sam.gov in order to transact business with the Department of Defense (DoD). Failure to obtain a DUNS number and register in SAM may result in the delay of award of a contract or possible award to the next otherwise successful offeror who already meets the criteria at the time of award. A solicitation will be issued on or about 30 August 2019. The closing date and time of submission of offers will be contained within the solicitation package. No response to this notice is necessary and no Source List will be maintained. This is a synopsis and does not obligate the government to award; the government reserves the right to withdraw the synopsis and any forthcoming solicitation without due compensation to potential offerors. This announcement does not constitute a Request for Proposal. The solicitation shall incorporate provisions and clauses that are in effect through the most current Federal Acquisition Circular. Telephone and fax requests for a solicitation package will NOT be accepted. Questions concerning this solicitation may be brought to the attention of Mr. Sean Burney at (609) 754-4861 or email: sean.burney.1@us.af.mil, or the Contracting Officer, Wanda Wilson at (609) 377-1837 or email: wanda.wilson.1@us.af.mil