BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work and paving for a mixed-use development in Newport, North Carolina. Completed plans call for site work for a road / highway; for paving for a road / highway; sidewalk / parking lot; and sidewalk / parking lot.

Construction Project - Asphalt Road Paving for the National Weather Service in Newport, NC per the attached Statement of Work. Total Small Business Set-Aside per FAR Part 13 under the Simplified Acquisition Threshold (SAT). Firm Fixed-Price contract will be awarded per the Trade-Off criteria in CAR 1352.213-70. See the attached full SF 18 Construction Clauses and Provisions with all terms and conditions which all vendors must be in compliance with to be eligible for award. New contract, no incumbent. BONDING/LOC WILL BE REQUIRED UNLESS YOUR QUOTE IS UNDER $35K. PERIOD OF PERFORMANCE Work completed no later than 120 days from date of award, quotes must provide confirmation they can fulfill this requirement. PLACE OF PERFORMANCE: National Weather Service Forecast Office 533 Roberts Road Newport, NC 28570 THE GENERAL DECISION (GD) NC20240091 WILL BE INCORPORATED AND MAY BE VIEWED AT WWW.SAM.GOV SEE THE ATTACHED SF 18 CONSTRUCTION TEMPLATE WITH ALL TERMS AND CONDITIONS WHICH ALL VENDORS MUST BE IN COMPLIANCE WITH TO BE ELIGIBLE FOR AWARD. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. CONSTRUCTION PURCHASE ORDER CLAUSES (FIXED-PRICE) UPDATED THROUGH FAC 2024-05 (MAY 2024) FAR 36.204 DISCLOSURE OF THE MAGNITUDE OF CONSTRUCTION PROJECTS The magnitude is between $25,000 and $100,000. UTILIZATION OF FEDCONNECT(R) FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect(R) web portal in administering this award. The contractor must be registered in FedConnect(R) and have access to the FedConnect(R) website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect(R) questions please call the FedConnect(R) Help Desk at (800) 899-6665 or email at supportfedconnect.net. There is no charge for registration in or use of FedConnect(R). (End) CAR 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO Diana Romero email diana.romeronoaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN THREE DAYS BEFORE THE RFQ RESPONSE DATE. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) FAR 52.236-27 Site Visit (Construction) (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Site visits may be arranged during normal duty hours by contacting: Name: Joe Pisel Email: joe.piselnoaa.gov Phone: 631-397-0095 (End of provision) A site visit is highly recommended but not required. Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. CAR 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APR 2010) The Government intends to award a trade-off, firm fixed price purchase order resulting from this request for quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and non-price factors with payment terms of Net 14. The evaluation will consider the Non-Price Technical Solution (Technical Approach, Capability, Experience and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factors, price becomes more important. The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds. The Government may award to other than the lowest-priced vendor or the vendor with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability. The following factors are listed in order of importance and will be used to evaluate quotations: 1. Technical Approach and Capability. The Offeror's overall technical approach will be evaluated to assess the Government's level of confidence in the Offeror's understanding of, approach to, and ability to successfully perform the requirements as described in the Statement of Work. A detailed technical approach write-up describing how the Offeror will perform this service is required to be submitted with the quote regardless of whether a site visit was made or not. The technical approach write-up must not be a reiteration of the Statement of Work, but how your company plans on performing the tasks listed in the attached Statement of Work. (i.e. performance checklists, anticipated number of employees, certifications, anticipated hours at the facility and/or confirmation of supplies being provided, etc.) 2. Experience. The offeror's background, experience, and qualifications (relevant past projects performing similar services, certifications related to current requirement, etc.) will be assessed to determine the likelihood that the offeror can successfully perform the contract requirements. Offeror must have knowledge and experience with road paving. 3. Past Performance. Quote shall include at least two references from at least two separate contracts for similar and relevant services including the name, phone number, full address, and e-mail address of the reference to demonstrate the offeror's capability to successfully perform the services listed in the Statement of Work. The Offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency's knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. 4. Price. The quoted prices will be evaluated but not scored. The Government will evaluate the price quote for completeness and reasonableness in relation to the RFQ requirements. Quoted prices must be entirely compatible with the Non-Price Technical Solution. 5. Compliance documents should be submitted with the RFQ. 6. Warranty - quote shall state the contractor's standard warranty. (End of Provision) CAR 1352.213-71 Instructions for Submitting Quotations Under the Simplified Acquisition Threshold--Non-Commercial (APR 2010) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 237310 and $45.0M. (b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. At a minimum, quotations must show- (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) Acknowledgment of solicitation amendments; (4) A technical description showing that the offeror can supply the requirements in the specifications or statement of work in sufficient detail to allow the Government to evaluate the quotation in accordance with the evaluation factors stated in the solicitation. (5) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and reference information (including contract numbers, points of contact with telephone numbers and other relevant information). (6) Price and any supporting details for the price, as requested in the solicitation. (c) Offerors are responsible for submitting quotations and any modifications thereto, so as to reach the Government office designated in the solicitation by the time specified. The offeror's initial quotation should contain the offeror's best terms from a price and technical standpoint. The Government may reject any or all quotations if such action is in the public interest; accept other than the lowest quotation; and waive informalities and minor irregularities in quotations received. (End of Provision) CONSTRUCTION ORDER REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS (FIXED-PRICE) ***Note: Offeror must complete and return this section with quote.*** ORDER/CONTRACT NUMBER: 1305M324Q0391 NAME OF OFFEROR: ____________________________________ FAR 52.204-8 Annual Representations and Certifications (May 2024) (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is 237310. (2) The small business size standard is $45.0M. (3) The small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519 if the acquisition-- (i)Is set aside for small business and has a value above the simplified acquisition threshold; (ii)Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (iii)Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) (1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes: (i) Paragraph (d) applies. (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless- (A) The acquisition is to be made under the simplified acquisition procedures in part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. This provision applies to all solicitations. (iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. (v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that- (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (vi) 52.204-26, Covered Telecommunications Equipment or Services-Representation. This provision applies to all solicitations. (vii) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation. (viii) 52.209-5, CertificationRegarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (ix) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations. (x) 52.214-14, Place of Performance-Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (xi) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (xii) 52.219-1, Small Business Program Representations (Basic, Alternates I, and II). This provision applies to solicitations when the contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied part 19 in accordance with 19.000(b)(1)(ii). (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (C) The provision with its Alternate II applies to solicitations that will result in a multiple-award contract with more than one NAICS code assigned. (xiii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied part 19 in accordance with 19.000(b)(1)(ii). (xiv) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xvi) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial products or commercial services. (xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of biobased products in USDA-designated product categories; or include the clause at 52.223-2, Reporting of Biobased Products Under Service and Construction Contracts (xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA-designated items. (xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. This provision applies to solicitations that include the clause at 52.204-7.) (xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xxi) 52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Basic, Alternates II and III.) This provision applies to solicitations containing the clause at 52.225-3. (A) If the acquisition value is less than $50,000, the basic provision applies. (B) If the acquisition value is $50,000 or more but is less than $100,000, the provision with its Alternate II applies. (C) If the acquisition value is $100,000 or more but is less than $102,280, the provision with its Alternate III applies. (xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification. This provision applies to all solicitations. (xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. Offerors must submit all questions concerning this solicitation in writing to Diana Romero at diana.romeronoaa.gov. Questions should be received no later than three days before RFQ response date *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Post-Bid

Roads / Highways

$100,000.00

Public - Federal

Paving, Site Work

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

5

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
69
Active Projects
43
Bidding Soon
540
All Active Projects
250
Updated Recently

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

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

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.

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.

August 23, 2024

September 18, 2024

January 16, 2025

img_map_placeholder

533 Roberts Rd, Newport, NC

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.