Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

December 5, 2024

Conceptual

Roads / Highways

$10,000,000.00

Public - Federal

Service, Maintenance and Supply

img_map_placeholder

Multiple Locations, Mechanicsburg, PA

We’ve obtained documents for this project and are currently processing them.

Subscribe to View Full Documents

This is a service / maintenance or supply contract in Mechanicsburg, Pennsylvania. Contact the soliciting agency for additional information.

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small business concerns. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, 8 (a) Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran- Owned Small Businesses, and Women-Owned Small Businesses capable of performing paving, maintenance, and repair in Public Works Department Pennsylvania, Facilities Engineering and Acquisition Division Sites. No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. No drawings or specifications will be made available at this time. Respondents will not be notified of the results of this market research. All Small Businesses, certified 8(a), HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses are encouraged to respond. Upon review of industry responses to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government's best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. An award for Indefinite Delivery / Indefinite Quantity (IDIQ) Miscellaneous Paving Maintenance And Repair Contract, NSA Mechanicsburg /NSA Philadelphia Sites is anticipated. The total contract term is anticipated to be five years; one base year with 4 (12 month) option years, not to exceed 60 months. General Work Requirements: This is a Regional Indefinite Delivery / Indefinite Quantity (IDIQ) contract to provide Paving, Curbs, Slabs, Striping, Repair, Excavation, Paving Sweeping, and Snow Removal work located within the area of responsibility of NAVFACV Mid-Atlantic, Public Works Department Pennsylvania, Facilities Engineering and Acquisition Division Sites. Types of work to be included in this contract are as follows, but are not limited to: Excavation and removal or replacement of deteriorated paved surfaces; Construction of new stone and bituminous surfaces; Overlay of existing ramp slabs and surfaces; Spot patching of existing bituminous paving; Stabilization of shoulders and application of bituminous tack coat, surface treatment, and sealing of cracks; Removal or replacement of concrete curbs, sidewalks, ramps, windowsills, floors, walls, block, bricks and bituminous surface areas; Saw cutting of asphalt and concrete, resetting manholes and catch basins, resetting curbing, and, wheel stops; Crack and joint repairs; Street marking of driving surfaces which, are to be thoroughly cleaned of dust, dirt, and other granular debris; Removal of existing paint, and other coatings adhering to the surface; Application of Sod and seeding, or reseeding as required; Disposal of all removed materials off Government property; Snow Removal to locations on-base as needed; and Engineering Drawings and Specifications. The contractor will be required to provide all labor, materials, equipment, tools, transportation, supervision, safety, surveys, engineering layout work, quality control, and management necessary to fulfill the requirements for each of the task orders issued by the Contracting Officer under this contract. Each task order must be executed in a timely manner, with safety as a priority and quality work as the final product. The Government contemplates that one contract will be awarded for this solicitation. The projects shall be administered by the specific base location of the work. In accordance with FAR 36.204(g), the magnitude of construction for this contract (base period plus option years) is between $5,000,000 and $10,000,000. The appropriate NAICS code for this procurement is 237310 - Highway, Street, and Bridge Construction, and the small business size standard is $45,000,000. The procurement method to be utilized is Federal Acquisition Regulation (FAR) Part 14, Sealed Bidding. Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-14, Limitations on Subcontracting, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. The anticipated award of this contract is JANUARY 2025. It is requested that interested small businesses respond to this sources sought announcement by using the Sources Sought Contractor Information Form and Sources Sought Project Information Form, provided as attachments to this notice. These forms are required. Information not provided may prohibit your firm from consideration. The following information shall be provided: 1. Contractor Information: Provide your firm's contact information including Unique Entity Identifier (UEI) and CAGE Code. 2. Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. 3. Construction Experience: Submit a minimum of three (3) up to a maximum of five (5) relevant construction projects for the Offeror that best demonstrates your experience on relevant projects that are similar in Size, Scope, and Complexity. For each of the submitted relevant projects (a maximum of five (5) projects), ensure that the Sources Sought Project Information Form is completed in its entirety for each project and limited to two pages per project. Ensure that the description of the project clearly identifies whether the project is new construction or renovation, final construction cost, and addresses how the project meets the scope/complexity requirements. A specific project is a single project or a single task order under an indefinite quantity contract. Recent is defined as having been 100% completed within the last seven (7) years prior to the submission due date. A project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project and will not be considered; rather, Offerors shall submit the work performed under a task order as a project. A relevant project is further defined as: Size/Scope/Complexity: Contractor experience completing a project demonstrating at least 200 cubic yards of concrete paving or concrete work. Handling Concurrent Task Orders: Describe the Contractor's ability to handle multiple simultaneous projects in NSA Mech/NSA Philadelphia area of responsibility, including the maximum number of task orders under Indefinite Delivery Indefinite Quantity (IDIQ) contract where Contractor is prime contractor. Specify if these task orders were under a single contract or multiple contracts. Also, describe Contractor's approach and capabilities to perform emergency repairs. Note: Capability will only be satisfied on projects that are considered relevant in terms of size/scope /complexity and completed within the specified time period. Note: If the Offeror submits experience where it performed on the project as a subcontractor, the Offeror must clearly demonstrate that its work on the project met all of the requirements detailed above. In accordance with 13 CFR 125.2(g), small business Offerors may utilize the experience of a small business first-tier subcontractor(s) to demonstrate experience under this capability evaluation if the Offeror cannot independently satisfy the experience requirement as defined above. In order to utilize the experience of a small business first-tier subcontractor(s), the offeror must specifically identify the proposed small business first-tier contractor(s) in its capability package in accordance with this notice. The Offeror or, if a small business Offeror, its small business first-tier subcontractor, shall have been the prime contractor on all submitted projects. The Government notes that 13 CFR 125.2(g) is specific to only small business Offerors and named small business first-tier subcontractors. As such, the small business Offeror is not permitted to use the experience of a large business subcontractor or large business corporate affiliate in place of its own if the small business Offeror cannot independently satisfy the experience requirement as defined above. For purposes of evaluating capability, the "Offeror" is defined as the prime contractor that demonstrate experience on relevant projects that meet size, scope and complexity. Experience of proposed subcontractors will not be considered relevant with the exception of the note above regarding 13 CFR 125.2 (g). If you are submitting as a mentor-protege joint venture under the 8(a) program, you must provide SBA approval of the mentor-protege agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm's small business status. The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing-or developed expertise and experience in relation to the areas specified herein. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Responses are due on 05 JUNE 2024 at 2:00 PM local time. LATE SUBMISSIONS WILL NOT BE ACCEPTED. The submission package shall ONLY be submitted electronically to Karen Richardson at karen.y.richardson3.civ@us.navy.mil and MUST be limited to a 4MB attachment. You are encouraged to request a "read receipt." Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to karen.y.richardson3.civ@us.navy.mil. The Method of Contractor Selection has not been determined at this Time

3 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Starting At

  • One License and data in one market (additional available after purchase)
  • Full access to bidding and planning projects’ details, documents and contacts
  • Comprehensive planholders list coverage on bidding projects
  • Additional licenses and project data across multiple markets available

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Provide your information to unlock 5 active projects and companies from our commercial construction database. Free.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Don't miss Bidding Projects!

Within 75 Miles of this Project:
316
Active Projects
189
Bidding Soon

Related Projects