Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:W911KB19R0015
CONTRACT INFORMATION: This is a pre-solicitation notice for a two-phase, Competitive 8(a) Setaside Request for Proposal (RFP) for design and repair of the Bailey Bridge at Fort Wainwright, Alaska. The...
CONTRACT INFORMATION: This is a pre-solicitation notice for a two-phase, Competitive 8(a) Setaside Request for Proposal (RFP) for design and repair of the Bailey Bridge at Fort Wainwright, Alaska. The contract cost limitation for contract award is approximately $11.1 million. The resulting contract will be firm-fixed priced. The procurement will be conducted using two-phase source selection procedures and the award will be based on best value tradeoff source selection procedures, considering the price and non-price factors cited in this announcement and the solicitation. There is no stipend authorized for this procurement. Offerors are advised that a contract resulting from this solicitation is subject to availability of funds. Should Congress not appropriate the funds, the solicitation will be cancelled. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All Offerors are advised that this project may be canceled or revised at any time during solicitation, selection, evaluation, negotiation and up to final award. All Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/). Joint ventures must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an Offeror ineligible for award. SECTION 8(a) INFORMATION: SBA Requirement Number: ZW1550170225V 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 the SBA Alaska District 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. 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 which is anticipated 15 August 2019. 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 by SBA prior to contract award. NAICS Code of Acquisition: 237310. The Small Business size standard is $36,500,000. Anticipated NTP: 29 August 2019 with a 540 calendar-day period of performance; the Davis Bacon Act will apply. PROJECT TITLE: "Design-Repair Bailey Bridge, Fort Wainwright, Alaska (FTW422)" (1) PROJECT INFORMATION: Design and repair the current temporary Bailey Bridge on the east end of River Road with a permanent vehicle bridge that will accommodate all tactical and civilian vehicles used on the installation. Supporting facilities include repair of existing communication conduit, paving, curbs and gutters, erosion control/storm drainage, site grading/contouring, and site improvements as necessary. Work also includes demolition of the existing Bailey bridge and approaches. The demolition contract will include proper environmental disposal of bridge materials IAW with local and federal law. (2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be: For Phase 1: Factor 1 - Specialized Experience Factor 2 - Past Performance (Confidence Assessment) Factor 3 - Organization and Management Factor 4 - Technical Approach For Phase 2: Factor 1 - Design Technical Factor 2 - Price and Pro Forma Information The Government will evaluate qualifications in accordance with the criteria described in the RFP and will award a single firm fixed-price contract to that responsible Phase 2 Offeror whose proposal the Source Selection Authority determines conforms to the solicitation, is fair and reasonable, and offers the best overall value to the Government, considering the non-price factors described in the RFP, and price, however the contract award may not exceed the contract cost limitation identified in Section 00 21 00 for this project. (3) OBTAINING THE SOLICITATION: The solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 19 March 2019, at the Federal Business Opportunities website at https://www.fbo.gov/. Enter the solicitation number (W911KB19R0015) in the "Keywords/SOL#:" dialogue box. Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror's responsibility to check for any posted changes to this solicitation.