Search Contract Opportunities

Miscellaneous Paving and Utilities Requirements Contract   8

ID: SP3300-21-R-0002 • Type: Solicitation • Match:  95%
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
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Defense Logistics Agency (DLA) Distribution has a requirement for the establishment of Multiple Award Indefinite Delivery Indefinite Quantity (ID/IQ) Construction Contract for performance of miscellaneous paving and utilities requirements throughout the installation. All work shall be performed at DLA Distribution Susquehanna Pennsylvania (DDSP), New Cumberland and Mechanicsburg PA Sites.

The work to be performed under this contract will vary depending upon the type of individual projects (Task Orders) issued during the contract term. However, the following general work requirements can be used to describe, but should not be considered as limitations to the anticipated types of work to be performed:

  • Installation of new, repairs to, and removal of bituminous and Portland cement concrete pavement surfaces, pads, etc.
  • Installation of new, and repairs to, and removal of underground utility pipelines / conduits of varied material composition, including some pipelines containing Asbestos Containing Materials (ACM).
  • Earthwork including bulk excavation, earthmoving, grading, backfilling and compaction, and temporary/permanent vegetative stabilization.
  • Construction site maintenance including construction layout instrument survey, traffic control and erosion and sediment pollution control.

All work will be in accordance with individual task order requirements, specifications and drawings provided with each project.

A complete general specification package will be provided when the solicitation is issued.

Period of Performance:
The resultant contracts shall consist of a five (5) year ordering period. Contract period is anticipated to be on or around 24 September 2021 through 23 September 2026. Individual task orders will identify the specific periods of performance required for completion of work. Periods of performance will be established based on the magnitude and complexity of individual task orders.

It should be noted that the majority of this work is seasonal, and most task orders will be issued from April through September of any given year.

The estimated magnitude of construction is between $5,000,000 and $10,000,000 for the five (5) year ordering period.

The NAICS Code for this procurement is 237310. The small business size standard is $39,500,000.

The tentative timeframe for issuance of the Request for Proposal (RFP) SP3300-21-R-0002 for this requirement will be on or around 09 June 2021. The solicitation will also establish the RFP due date and time. A pre-proposal Conference/Site Visit will be conducted. The exact date and time for this conference will be stated in the solicitation package.

The solicitation will be issued as 100% Set-Aside for Small Businesses and will result in multiple awards. The acquisition strategy being proposed for this acquisition will result in a multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with a five (5) year ordering period in accordance with FAR 16.504. The total combined contract value under this contract is estimated at $8,635,000.00. All contract holders will have a total not-to-exceed ceiling value of $8,635,000.00 for the five (5) year period. However, the total amount of work the Government expects to issue will not exceed the ceiling amount of $8,635,000.00, inclusive of all contract holders.

The Government anticipates award of no more than three (3) contracts to responsible small business firms that submitted an offer. Award will be based upon a best value basis in accordance with FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process. The solicitation will provide the evaluation factors for award. The solicitation will also identify all information that a prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. Also, an offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.

Each awarded contractor will be guaranteed a minimum of $5,000.00 during the term of the contract. The minimum ordering limitation per task order will be $3,000.00. The maximum ordering limitation per task order will be $2,000,000.00. Task orders will generally range between $50,000.00 and $200,000.00. Competition for issuance of task orders will be limited to awardees under this contract. Contractors selected for award will be given the opportunity to compete on individual task orders.

Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the sam.gov website at https://sam.gov/content/home. Hard copies of the solicitation will not be distributed.

Any questions concerning this project should be directed to the Acquisition Specialist Ben Bailey at benjamin.bailey@dla.mil. All questions should be submitted in writing via email to the above.

Prospective offerors are cautioned concerning their responsibility to access the sam.gov website for any amendments that may be issued under the RFP. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date and must be acknowledged by the contractor. Failure to acknowledge amendments may render your proposal ineligible for award.

All offerors MUST be registered in the System for Award Management (SAM) Database at https://sam.gov/content/home by the proposal due date to be considered for an award. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award.

All responsible small business concerns may submit an offer which shall be considered by this agency. The Government intends to multiple contracts as a result of this RFP. Award will be made to the lowest priced technically acceptable small business offers. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.

Overview

Response Deadline
July 19, 2021, 1:00 p.m. EDT (original: July 14, 2021, 1:00 p.m. EDT) Past Due
Posted
June 14, 2021, 2:51 p.m. EDT (updated: July 13, 2021, 12:51 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
New Cumberland, PA 17070 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 6/14/21 DLA Distribution issued Solicitation SP3300-21-R-0002 for Miscellaneous Paving and Utilities Requirements Contract due 7/19/21. 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
Benjamin D. Bailey   Profile
Phone
(717) 770-5390

Documents

Posted documents for Solicitation SP3300-21-R-0002

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation SP3300-21-R-0002

Award Notifications

Agency published notification of awards for Solicitation SP3300-21-R-0002

IDV Awards

Indefinite delivery vehicles awarded through Solicitation SP3300-21-R-0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation SP3300-21-R-0002

Similar Active Opportunities

Open contract opportunities similar to Solicitation SP3300-21-R-0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA DISTRIBUTION > DLA DISTRIBUTION
FPDS Organization Code
97AS-SP3300
Source Organization Code
500045599
Last Updated
July 13, 2021
Last Updated By
benjamin.bailey@dla.mil
Archive Date
Dec. 31, 2021