Search Contract Opportunities

Civil and Paving Multiple Award Construction Contract   4

ID: N4008522R2535 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Dec. 3, 2021, 10:58 a.m. EST

THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. 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 businesses.
Naval Facilities Engineering Systems Command Mid-Atlantic is specifically seeking small business Civil and Paving Contractors with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement.

The resulting contract(s) will provide a wide range of new and repaired bituminous pavement structures, temporary traffic controls, site clearing activities, demolition work for existing site construction, storm drainage work, general site grading and earthwork, placement of pavement markings and traffic control signs, turf establishment work, traffic signal work, minor modifications or repairs to water and sewer distribution, minor utility relocations and modifications. Concrete work may include curb and gutter construction, concrete drainage structures, sidewalks, flumes, concrete pavement repairs and alterations and reasonable size concrete slab construction. Supporting activities of an engineering nature could include surveying, development of traffic control plans, development of storm water, sedimentation and erosion control permits, preparation of preconstruction and post construction drawings, geotechnical site engineering and project record keeping.

Work under this contract will be primarily performed at Marine Corps Base Camp Lejeune (including the New River Air Station) and Marine Corps Air Station Cherry Point. However, some work could be located in other areas within NAVFAC Mid-Atlantic's AORs, including Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, New York, New Jersey, Pennsylvania, Virginia, North Carolina, South Carolina, Georgia and West Virginia.
The Procurement Method is Contracting by Negotiation FAR Part 15.
The North American Industry Classification System (NAICS) Code for this procurement is 237310 and the annual size standard is $36,500,000.
The Government intends to award this contract to more than one contractor. The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation.
The contract term will be a base period one (1) year plus four (4) option years. Only the base period of the contract will offer a minimum guarantee.
The contracts will replace four (4) contracts for similar services awarded in 2013. Combined task order requirements issued under all four contracts were not to exceed a maximum amount of ninety-five million dollars ($95,000,000). Information about the incumbent contractors is included below:

Morton Trucking, Inc

121 Garnet Ln

Jacksonville, NC 28546

Barnhill Contracting Company

800 Tiffany Blvd Ste 200

Rocky Mount, NC 27804

S.T. Wooten Corporation

3801 Black Creek Rd SE

Wilson, NC 27893

Onslow Grading & Paving, Inc

115 Atlas Brown Dr

Jacksonville, NC 28540

Requests under the Freedom of Information Act are not required for this information.
Offerors can view and/or download the solicitation, and any attachments, at https://sam.gov/ when it becomes available.

The proposed contract listed here is being considered for 100 percent set-aside for small business (SB). Interested SB concerns should, as early as possible but not later than 14 days of this notice, indicate interest in the acquisition by providing to the contracting office above evidence of capability to perform and a positive statement of eligibility as a small business concern. If adequate interest is not received from SB concerns, the solicitation will be issued as unrestricted without further notice.

  • DUNS number
  • CAGE code
  • Small Business classification(s) under NAICS Code 237310
  • A list demonstrating Prime Contractor experience performing a minimum of three (3) projects within the past seven (7) years. The contractor should seek to demonstrate a diverse range of civil and paving construction through the listed projects. For the projects provided, include the project title, description, contract amount, award date, completion date, role of the contractor and percentage of work self-performed for each job.

Generic capability statements, company brochures, or other such material will not be reviewed.

The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government.
Offerors shall submit with their offer a bid bond in the amount of 20% of the Davis Bacon Act (DBA) work.

Notifications of interest must be submitted in writing via email; phone calls will not be accepted. Notifications that do not address all the required information will not be considered. Interested parties should respond as soon as possible but no later than close of business December 7, 2021. Responses to this Sources Sought Notice shall be emailed to the following address: emily.walton@navy.mil. Telephonic submissions and questions will not be entertained.

Posted: Nov. 24, 2021, 9:31 a.m. EST

Overview

Response Deadline
Dec. 7, 2021, 5:00 p.m. EST Past Due
Posted
Nov. 24, 2021, 9:31 a.m. EST (updated: Dec. 3, 2021, 10:58 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Camp Lejeune, NC 28547 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
70%
Signs of Shaping
73% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 11/24/21 Naval Facilities Engineering Command issued Sources Sought N4008522R2535 for Civil and Paving Multiple Award Construction Contract due 12/7/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237310 (SBA Size Standard $45 Million) and PSC Z2LB.
Primary Contact
Name
Emily Walton   Profile
Phone
9104512582x5247

Documents

Posted documents for Sources Sought N4008522R2535

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N4008522R2535

Award Notifications

Agency published notification of awards for Sources Sought N4008522R2535

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N4008522R2535

Contract Awards

Prime contracts awarded through Sources Sought N4008522R2535

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N4008522R2535

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N4008522R2535

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
Dec. 22, 2021
Last Updated By
emily.walton@navy.mil
Archive Date
Dec. 22, 2021