Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:FA500021R8188
The 673d Contracting Squadron is contemplating an indefinite quantity construction award for paving requirements on Joint Base Elmendorf?Richardson (JBER) Anchorage, Alaska. The Contractor shall furni...
The 673d Contracting Squadron is contemplating an indefinite quantity construction award for paving requirements on Joint Base Elmendorf?Richardson (JBER) Anchorage, Alaska. The Contractor shall furnish all personnel, management, supervision, transportation, labor, equipment, tools, materials, supplies, and certifications necessary to provide paving requirements, in accordance with the drawings and specifications on Joint Base Elmendorf?Richardson, Alaska. Major works includes, but is not limited to the following: all road pavements, including parking lots, driveways, bike paths, golf cart paths, and the like; and all airfield pavements, including taxiways, runways, aprons, airfield roads, hangar floors and the like. The work items include, but are not limited to: asphalt & concrete paving, crack sealing, joint sealing, spall repairs, pothole repair, replace curbs & gutters, replace sidewalks, pavement markings, base course & subbase work, excavation, electrical support, landscaping, & others. The successful contractor shall set up an asphalt plant at a designated quarry extraction location on JBER for mining, processing, stockpiling, and storage of asphalt and aggregate exclusively for the use of JBER. No material may be produced from this plant for off base commercial activity. Historically aggregate processing using the Elmendorf gravel pit located at the east end of the main flight line has been relatively consistent during the last five years. Mined gravel may yield 35% reject during processing operations depending on the specified material. The government makes no guarantee of this reject rate or of the quality or quantity of the material in the gravel pit. All rejected material remains the property of the government. Magnitude is between $100,000,000 and $500,000,000. The minimum task order will be $2,000 and maximum $20,000,000. The contract minimum guarantee amount will be $2,000. This is a construction requirement and shall be procured under FAR 36, Construction and Architect – Engineer Contracts, and the source selection procedures of FAR 15, Contracting by Negotiation. Period of performance is a five year ordering period from the date of the award with a single two year option. If the option is exercised, the performance period will be up to (but not more than) seven years. The total duration of this contract, including the exercise of any options, shall not exceed 84 months. This requirement is restricted as a 100% Alaska District 8(a) BD Set?aside pursuant to FAR 19.1305. SBA Requirement Number SY1559753094T. It has been determined that competition is limited or restricted geographically to the servicing area of the SBA Alaska District Office. All 8(a) certified firms serviced by our office and all 8(a) certified firms with a bona fide place of business located in the servicing area of the Alaska District Office are deemed eligible to submit offers. In addition, it has been determined that competition will not be restricted by stage (transitional or developmental) of a firm's 8(a) program participation. This will be a single award 8(a) competitive set?aside. Joint Ventures are allowable on competitive 8(a) set?asides. SBA must receive the joint venture agreement and all supporting documentation no less than twenty (20) working days prior to the scheduled date for contract award. If you are contemplating a joint venture on this project, you must advise your assigned Business Opportunity Specialist (BOS) in writing as soon as possible. The joint venture must be approved bySBA prior to contract award. SBA 8(a) Business plan shall include North American Industry Classification Standard (NAICS) codes 237310 (Highway, Street and Bridge Construction). The size standard is $36,500,000. All other firms are deemed ineligible to submit offers. All responsible sources may submit a proposal which shall be considered by the agency. The solicitation package will be available only through beta.sam.gov. It is anticipated that the solicitation will be issued electronically on or about 5 January 2021 on beta.sam.gov. All proposals will be due on or about 10 February 2021 @ 2:00 PM (AKST). Paper copies and paper proposals will not be accepted. Once the solicitation is posted, it will then become the responsibility of the interested parties to review this site frequently for any updates/amendments to any and all documents. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. To be considered, responsive offerors must register in SAM at https://www.sam.gov/portal/public/SAM/ before submitting an offer. Instructions for registering are available at the SAM website https://www.sam.gov/portal/public/SAM/. For any questions, please contact the POCs identified below.