Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:PANMCC-18-P-0000-079786
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the construction services to perform Paving Installation, Maintenance and Repair work on a competit...
SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the construction services to perform Paving Installation, Maintenance and Repair work on a competitive 8(a) small business, provided 2 or more qualified 8(a) small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. This requirement is set-aside for 8(a) Contractors whose firms are located in the District of Columbia, Maryland, or Virginia. Contractor shall provide all labor, materials, supplies, transportation, equipment to include but not limited to the alteration, maintenance, repairs, new road paving, curb and gutter repairs, paving of parking lots, sidewalk, running tracks, removal/application of asphalt, sealing and or replacement of asphalt on existing roads or any surfaces requiring asphalt work to number of facilities at Fort Belvoir, VA; Fort A.P. Hill, VA; Joint Base Myer Henderson Hall, VA; Rivanna Station, VA; Arlington National Cemetery, VA and Fort McNair, Washington, DC. All work shall be in compliance with Federal, Local, Industry, State, and Army Installation Codes, regulations, and standards. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more 8(a) small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns) to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is 237310 - Highway, Street, and Bridge Construction best described the service being acquired which includes establishments primarily engaged in the construction of highways (including elevated), streets, roads, airport runways, public sidewalks, or bridges. The work performed may include new work, reconstruction, rehabilitation, and repairs. The associated size standard is $36.5 million. A continuing need is anticipated for the Director of Public Works, (DPW), which is currently being fulfilled through current contract # W91QV1-13-D-0007. Attached is the draft Statement of Work (SOW). The magnitude of construction project is between $25,000,000 and $100,000,000. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 6. Recommendations to improve the approach/specifications/draft SOW to acquiring the identified items/services. 7. Information to help determine if the suggested NAICS is considered appropriate for this acquisition. If you believe it is not, suggest a NAICS and explain why it is more appropriate for this type of acquisition. Interested businesses submit (via e-mail) a completed response (no more than 10 pages in length, single spaced, 12-point font minimum) to both of the following personnel: Mr. Israel Gutierrez, Contract Specialist, e-mail: israel.gutierrez.1civ@mail.mil, and Ms. Regina Espinoza, Contracting Officer, e-mail: regina.m.espinoza.civ@mail.mil. Submissions must be received at this office no later than 12:00 p.m. (CDT), Wednesday, 24 April 2019.