Search Contract Opportunities

Pre-Solicitation Notice (N4008525R2559) for Indefinite Delivery Indefinite Quantity Rigid Paving Contract for Government Sites in the Hampton Roads, VA Area of Responsibility   2

ID: N4008525R2559 • Type: Presolicitation

Description

Solicitation Number: N4008525R2559

This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.

The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for a Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Rigid Paving Construction Services in the Hampton Roads, Virginia Area of Responsibility

PROJECT DESCRIPTION:

This is a Regional Indefinite Delivery, Indefinite Quantity (IDIQ) construction contract for various types of rigid Portland cement concrete pavement, concrete work, pavement markings, and incidental work related to Airfield Standards at existing or new locations on and around various Government installations in the Hampton Roads, Virginia Area of Responsibility.

Types of work to be included in this contract are as follows, but are not limited to: maintenance repairs and preparations associated with paving, concrete and asphalt pavement, traffic pavement marking, pavement milling, subgrade base, associated storm drainage, concrete curb and gutter, sidewalks, and associated work. Removal of rubber build up and airfield markings. Remarking of runways and taxiways. Repair and replacement of joint sealants. Partial or complete removal and replacement of damaged concrete and asphalt areas. Repair, replacement, or installation of aircraft tie downs or grounding devices. Repair replacement or installation of airfield lighting. Repair, replacement or installation of airfield drainage. Runway friction testing and reporting. General airfield maintenance, repair or construction as directed by task order.

The Contractor must furnish all labor, materials, equipment, tools, transportation, supervision, safety, surveys, layout work, quality control, traffic control, and management necessary to fulfill the requirements of task orders issued by the Contracting Officer under this contract. 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.

This solicitation is being advertised as a Total Small Business Set-Aside. This is a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the lowest price technically acceptable process at FAR 15.101-2. The basis for evaluation and evaluation factors for award will be included in the solicitation.

The contract term will be a base period of one (1) year plus four (4) option years not to exceed sixty (60) months from the date of contract award. The Government may issue a minimum guarantee in amount of $5,000.00 to the successful offeror via the initial task order. The minimum guarantee covers the full term of the contract to include all option years.

The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237310 Highway, Street, and Bridge Construction, and the Small Business Size Standard is $45,000,000.

In accordance with DFARS 236.204(ii), the total estimated magnitude of construction for this project (base period plus option years) is between $25,000,000 and $100,000,000.

This office anticipates award of a contract for these services by July 2025.

A Dynamic Small Business Search (DSBS) and a Sources Sought Notice was conducted and issued on 29 November 2024, seeking eligible Small Businesses, HUBZone Small Business, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses to determine the opportunity for a set-aside. The Government invited prospective offerors with the capabilities of performing construction services that meet or exceed the stated requirement to submit a capabilities statement. Respondents were required to submit relevant experience in performing efforts of similar size, scope, and complexity within the last five (5) years. Based on the market research conducted for this procurement and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. Successful award and completion of the requirements can be achieved by soliciting the contract as a Total Small Business Set-Aside. A DD2579 Small Business Coordination Record was approved by the NAVFAC Mid-Atlantic Small Business Professional on 12 February 2025.

The Request for Proposal (RFP) will be issued by NAVFAC Mid-Atlantic CON22 on or about 09 April 2025. The solicitation number will be N4008525R2559. The drawings and specifications for this project will be posted with the solicitation and are not available at this time. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website.

IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to http://www.sam.gov.

Questions regarding this notice should be directed to Leslie McGehee at leslie.m.mcgehee.civ@us.navy.mil.

Background
The solicitation N4008525R2559 is issued by NAVFAC Mid-Atlantic for a proposed contract action for a Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on Rigid Paving Construction Services in the Hampton Roads, Virginia Area of Responsibility.

The goal of this contract is to provide various types of rigid Portland cement concrete pavement and related services at government installations.

Work Details
The contract encompasses a wide range of construction tasks including: maintenance repairs and preparations associated with paving, concrete and asphalt pavement; traffic pavement marking; pavement milling; subgrade base preparation; associated storm drainage; concrete curb and gutter installation; sidewalks; removal of rubber build-up and airfield markings; remarking of runways and taxiways; repair and replacement of joint sealants; partial or complete removal and replacement of damaged concrete and asphalt areas; repair, replacement, or installation of aircraft tie downs or grounding devices; repair, replacement or installation of airfield lighting and drainage systems; runway friction testing and reporting; as well as general airfield maintenance, repair, or construction as directed by task order.

The contractor is responsible for providing all necessary labor, materials, equipment, tools, transportation, supervision, safety measures, surveys, layout work, quality control, traffic control, and management to fulfill task orders issued under this contract.

Period of Performance
The contract will have a base period of one year plus four option years, not to exceed sixty months from the date of award.

Place of Performance
The construction projects will be performed in the Hampton Roads area of Virginia.

Overview

Response Deadline
None
Posted
March 25, 2025, 3:16 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
VA United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Odds of Award
82%
Vehicle Type
Indefinite Delivery Contract
On 3/25/25 Naval Facilities Engineering Command issued Presolicitation N4008525R2559 for Pre-Solicitation Notice (N4008525R2559) for Indefinite Delivery Indefinite Quantity Rigid Paving Contract for Government Sites in the Hampton Roads, VA Area of Responsibility. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237310 (SBA Size Standard $45 Million) and PSC Z2BD.
Primary Contact
Name
Leslie McGehee   Profile
Phone
(757) 341-1624

Secondary Contact

Name
Amanda Bricker   Profile
Phone
(757) 341-2074

Additional Contacts in Documents

Title Name Email Phone
None Leslie McGehee Profile leslie.m.mcgehee.civ@us.navy.mil None

Documents

Posted documents for Presolicitation N4008525R2559

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N4008525R2559

Incumbent or Similar Awards

Contracts Similar to Presolicitation N4008525R2559

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N4008525R2559

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N4008525R2559

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
April 26, 2025
Last Updated By
leslie.mcgehee@navy.mil
Archive Date
April 25, 2025