Search Contract Opportunities

NAVFAC Atlantic OCONUS Aircraft Parking Apron Replacement   4

ID: N6247021R0007 • Type: Presolicitation
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

THIS IS NEITHER A REQUEST FOR QUOTE OR PROPOSAL NOR AN INVITATION FOR BID. THE INTENT OF THIS PRE-SOLICITATION SYNOPSIS IS TO INFORM POTENTIAL OFFERORS OF THIS REQUIREMENT. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY 8 APRIL 2022.

P118 EDI P-8A Taxie Way and Apron upgrades will repair and upgrade existing airfield pavement to support the projected P 8A mission at NAS Sigonella. Pavement work includes repairs and improvements to aircraft parking aprons. Upgraded pavement sections will support the projected aircraft traffic, including the P 8A, C 17, and C 5.

This scope reflects the demolition and replacement of existing asphalt and concrete airfield pavements on parking aprons designated as PAA 1, PAA 2, PAA 3, PAA 3A and FL 3 (58,914 SM) and the current parking apron area formerly designated Taxiway F, TF 1 (15,421 SM). All new apron pavements incorporate grounding points and tie downs for aircraft. This project also selectively repairs the adjacent asphalt shoulders of aprons scheduled for replacement.

At this time, Naval Facilities Engineering Systems Command Atlantic (NAVFAC LANT) intends to issue a request for proposal for a Design Bid Build, Firm Fixed Price contract for construction of P-118, EDI P-8A Taxiway and Apron Upgrades at NAS Sigonella, Italy. This will be an unrestricted, full and open competitive procurement. The scope of work consists of the following:

Demolition and replacement of existing asphalt and concrete airfield pavements on parking aprons designated as PAA 1, PAA 2, PAA 3, PAA 3A and FL 3 (58,914 SM) and the current parking apron area formerly designated Taxiway F, TF 1 (15,421 SM). All new apron pavements incorporate grounding points and tie downs for aircraft. This project also selectively repairs the adjacent asphalt shoulders of aprons scheduled for replacement.

This project site is located at NAS Sigonella, Italy.

The completion time for this contract is approximately 548 days after notice to proceed. This project is anticipated to be awarded as a firm fixed price contract. The Government reserves the right to enter into negotiations or limit the competitive range. The Statutory Cost Limitation for P-118 is $25,000,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. Bonding requirements will apply to this procurement.

This notice does not constitute a request for proposal. The Request for Proposals (RFP) will be available for viewing and downloading on or about 8 April 2022. The solicitation including the specifications will be formatted as an RFP in accordance with the requirements designated by FAR 15.203 for a negotiated procurement. This method permits evaluation of proposals based on price competition, technical merits and other factors; permits impartial and comprehensive evaluation of offerors' proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government.

The technical evaluation factors are anticipated to be as follows: Corporate Experience, Safety, Technical Solution and Past Performance.

It is expected that the solicitation will require the offeror to provide proof that it is qualified under the Societa' Organismi d'Attestazione (S.O.A.) (Qualifying Agencies) work categories for this project in accordance with Italian D.P.R. 34/00 (Decreto del Presidente della Republica 25 febbraio 2000, n.34).

PREVALING CATEGORY OG-3 CLASS VII (75%)

SECONDARY CATEGORY OS-23 CLASS IV (25%)

It is anticipated that companies that are QUALIFIED in the Prevailing Work Category and pertinent Classification, but NOT QUALIFIED also in the Additional Work Categories and pertinent Classification, will still be able to compete under the subject solicitation, by forming a Joint-Venture (JV) or subcontracting for the execution of the work pertaining to the categories for which they are not qualified. Offerors will be required to declare their intention of forming the Joint-Venture and/or awarding a subcontract. A "Teaming Agreement" or "Letter of Commitment" with the subcontractor will be requested with the proposal and must identify the qualifications of the subcontractor (attaching the pertinent SOA certificate) and what work they will perform (identifying type and percentage of the work covered by specific SOA certificate).

In the case of a JV prime offeror, it is expected that the RFP will require at least one member of the JV to have the required SOA Certifications for the Prevailing Work Category. The JV member who has the SOA Certification must perform the majority of the work pertinent to the certification. In the case of a JV, certification submitted by a subcontractor is not anticipated to be accepted for the Prevailing Work Category.

*Information for the site visit will be provided in the solicitation for this procurement.

The Government intends to issue the RFP Solicitation through the Internet at https://www.sam.gov. The solicitation number will be N62470-21-R-0007. Notices, amendments, and responses to pre-proposal inquiries will also be posted to the Contract Opportunities website located at https://www.sam.gov. All prospective offerors are encouraged to register at https://www.sam.gov. It is the offeror's responsibility to check the website frequently for any amendments to the solicitation.

IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on Department of

Defense solicitations must be registered in the System for Award Management (SAM) database prior to award of the contract. The purpose of this database is to provide basic business information capabilities and financial information to the Government. The SAM website can be accessed at https://www.sam.gov/portal/public/SAM/. Reference is made to FAR Clause 52.204 7, System for Award Management. Prospective Offerors are encouraged to register as soon as possible. All new contract awards can ONLY be made to contractors who are registered in SAM. This requirement will apply to all solicitations and awards, regardless of the media used.

For inquiries about this synopsis, please contact: Liz Roberts at elizabeth.l.roberts@navy.mil AND elizabeth.l.roberts31.civ@us.navy.mil.

THIS IS NEITHER A REQUEST FOR QUOTE OR PROPOSAL NOR AN INVITATION FOR BID. THE INTENT OF THIS PRE-SOLICITATION SYNOPSIS IS TO INFORM POTENTIAL OFFERORS OF THIS REQUIREMENT. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY 8 APRIL 2022.

P118 EDI P-8A Taxie Way and Apron upgrades will repair and upgrade existing airfield pavement to support the projected P 8A mission at NAS Sigonella. Pavement work includes repairs and improvements to aircraft parking aprons. Upgraded pavement sections will support the projected aircraft traffic, including the P 8A, C 17, and C 5.

This scope reflects the demolition and replacement of existing asphalt and concrete airfield pavements on parking aprons designated as PAA 1, PAA 2, PAA 3, PAA 3A and FL 3 (58,914 SM) and the current parking apron area formerly designated Taxiway F, TF 1 (15,421 SM). All new apron pavements incorporate grounding points and tie downs for aircraft. This project also selectively repairs the adjacent asphalt shoulders of aprons scheduled for replacement.

At this time, Naval Facilities Engineering Systems Command Atlantic (NAVFAC LANT) intends to issue a request for proposal for a Design Bid Build, Firm Fixed Price contract for construction of P-118, EDI P-8A Taxiway and Apron Upgrades at NAS Sigonella, Italy. This will be an unrestricted, full and open competitive procurement. The scope of work consists of the following:

Demolition and replacement of existing asphalt and concrete airfield pavements on parking aprons designated as PAA 1, PAA 2, PAA 3, PAA 3A and FL 3 (58,914 SM) and the current parking apron area formerly designated Taxiway F, TF 1 (15,421 SM). All new apron pavements incorporate grounding points and tie downs for aircraft. This project also selectively repairs the adjacent asphalt shoulders of aprons scheduled for replacement.

This project site is located at NAS Sigonella, Italy.

The completion time for this contract is approximately 548 days after notice to proceed. This project is anticipated to be awarded as a firm fixed price contract. The Government reserves the right to enter into negotiations or limit the competitive range. The Statutory Cost Limitation for P-118 is $25,000,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. Bonding requirements will apply to this procurement.

This notice does not constitute a request for proposal. The Request for Proposals (RFP) will be available for viewing and downloading on or about 8 April 2022. The solicitation including the specifications will be formatted as an RFP in accordance with the requirements designated by FAR 15.203 for a negotiated procurement. This method permits evaluation of proposals based on price competition, technical merits and other factors; permits impartial and comprehensive evaluation of offerors' proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government.

The technical evaluation factors are anticipated to be as follows: Corporate Experience, Safety, Technical Solution and Past Performance.

It is expected that the solicitation will require the offeror to provide proof that it is qualified under the Societa' Organismi d'Attestazione (S.O.A.) (Qualifying Agencies) work categories for this project in accordance with Italian D.P.R. 34/00 (Decreto del Presidente della Republica 25 febbraio 2000, n.34).

PREVALING CATEGORY OG-3 CLASS VII (75%)

SECONDARY CATEGORY OS-23 CLASS IV (25%)

It is anticipated that companies that are QUALIFIED in the Prevailing Work Category and pertinent Classification, but NOT QUALIFIED also in the Additional Work Categories and pertinent Classification, will still be able to compete under the subject solicitation, by forming a Joint-Venture (JV) or subcontracting for the execution of the work pertaining to the categories for which they are not qualified. Offerors will be required to declare their intention of forming the Joint-Venture and/or awarding a subcontract. A "Teaming Agreement" or "Letter of Commitment" with the subcontractor will be requested with the proposal and must identify the qualifications of the subcontractor (attaching the pertinent SOA certificate) and what work they will perform (identifying type and percentage of the work covered by specific SOA certificate).

In the case of a JV prime offeror, it is expected that the RFP will require at least one member of the JV to have the required SOA Certifications for the Prevailing Work Category. The JV member who has the SOA Certification must perform the majority of the work pertinent to the certification. In the case of a JV, certification submitted by a subcontractor is not anticipated to be accepted for the Prevailing Work Category.

*Information for the site visit will be provided in the solicitation for this procurement.

The Government intends to issue the RFP Solicitation through the Internet at https://www.sam.gov. The solicitation number will be N62470-21-R-0007. Notices, amendments, and responses to pre-proposal inquiries will also be posted to the Contract Opportunities website located at https://www.sam.gov. All prospective offerors are encouraged to register at https://www.sam.gov. It is the offeror's responsibility to check the website frequently for any amendments to the solicitation.

IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on Department of

Defense solicitations must be registered in the System for Award Management (SAM) database prior to award of the contract. The purpose of this database is to provide basic business information capabilities and financial information to the Government. The SAM website can be accessed at https://www.sam.gov/portal/public/SAM/. Reference is made to FAR Clause 52.204 7, System for Award Management. Prospective Offerors are encouraged to register as soon as possible. All new contract awards can ONLY be made to contractors who are registered in SAM. This requirement will apply to all solicitations and awards, regardless of the media used.

For inquiries about this synopsis, please contact: Liz Roberts at elizabeth.l.roberts@navy.mil AND elizabeth.l.roberts31.civ@us.navy.mil.

Background
The Naval Facilities Engineering Systems Command Atlantic (NAVFAC LANT) intends to issue a request for proposal for a Design‐Bid‐Build, Firm Fixed Price contract for construction of P-118, EDI P-8A Taxiway and Apron Upgrades at NAS Sigonella, Italy. This will be an unrestricted, full and open competitive procurement.

Work Details
The scope of work includes the demolition and replacement of existing asphalt and concrete airfield pavements on parking aprons designated as PAA‐1, PAA‐2, PAA‐3, PAA‐3A and FL‐3 (58,914 SM) and the current parking apron area formerly designated Taxiway F, TF‐1 (15,421 SM). All new apron pavements incorporate grounding points and tie downs for aircraft. The project also selectively repairs the adjacent asphalt shoulders of aprons scheduled for replacement.
The completion time for this contract is approximately 548 days after notice to proceed.

Period of Performance
The completion time for this contract is approximately 548 days after notice to proceed.

Place of Performance
This project site is located at NAS Sigonella, Italy.

Overview

Response Deadline
April 8, 2022, 2:00 p.m. EDT Past Due
Posted
March 24, 2022, 12:01 p.m. EDT
Set Aside
None
Place of Performance
Italy
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
82%
On 3/24/22 Naval Facilities Engineering Command issued Presolicitation N6247021R0007 for NAVFAC Atlantic OCONUS Aircraft Parking Apron Replacement due 4/8/22. The opportunity was issued full & open with NAICS 236220 and PSC Y1BD.
Primary Contact
Name
Liz Roberts   Profile
Phone
(757) 322-8273

Documents

Posted documents for Presolicitation N6247021R0007

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N6247021R0007

Award Notifications

Agency published notification of awards for Presolicitation N6247021R0007

Contract Awards

Prime contracts awarded through Presolicitation N6247021R0007

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N6247021R0007

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N6247021R0007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVAL FAC ENGINEEERING CMD ATLANTIC
FPDS Organization Code
1700-N62470
Source Organization Code
100076506
Last Updated
April 23, 2022
Last Updated By
elizabeth.l.roberts@navy.mil
Archive Date
April 24, 2022