Florida Bids > Bid Detail

BLOUNT ISLAND COMMAND (BIC) BUILDING 350 ROAD REPAIR & DRAINAGE, JACKSONVILLE, FL.

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159371034416046
Posted Date: Oct 12, 2023
Due Date: Oct 26, 2023
Source: https://sam.gov/opp/25dc127d47...
Follow
BLOUNT ISLAND COMMAND (BIC) BUILDING 350 ROAD REPAIR & DRAINAGE, JACKSONVILLE, FL.
Active
Contract Opportunity
Notice ID
N6945024R0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC SOUTHEAST
Office
NAVFACSYSCOM SOUTHWEST
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 12, 2023 03:49 pm EDT
  • Original Response Date: Oct 26, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2LB - REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Jacksonville , FL 32226
    USA
Description

THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR A DESIGN-BID-BUILD CONSTRUCTION PROJECT WHICH INCLUDES A COMBINATION OF REPAIRS TO INCLUDE THE REPLACEMENT OF DETERIORATED CONCRETE ROADS, AND DRAINAGE REPAIRS, BLOUNT ISLAND COMMAND (BIC), JACKSONVILLE, FL



THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.



The anticipated solicitation number is N6945024R0007. The purpose of this notice is for the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE) to gain knowledge of qualified and interested parties in any of the following categories: small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB). Potential sources should have current relevant qualifications, experience, personnel, and capability to perform this proposed project. The type of solicitation to be issued will depend upon responses to this sources sought notice. The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement.



Project Description:



This is a Design-Bid-Build project and entails includes a combination of repairs to include the replacement of deteriorated concrete roads around Building 350 and surrounding facilities, and the installation and/or extension of the building's roof drains on the west side of Building 350. The two projects will be bid together with multiple CLINs..



CLIN 1: Remove and replace concrete roadway sections on Peirhead Way.



CLIN 2: Remove and replace concrete roadway sections on Slipway Drive with a segment of Gateco Blvd.



CLIN 3: Remove and replace concrete roadway sections on Sonar Way with two a segments of Gateco Blvd.



CLIN 4: Install roof drains west side of B350.



The performance period for this contract will be 365 calendar days. The magnitude of construction is between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) Code for this solicitation is 237310 - Highway, Street, and Bridge Construction, PSC Z2LB – Repair or alternation of highways, roads, streets, bridges and railways, Under the FAR guidelines, the prime contractor must have the capability to perform at least 25 percent of the contract work with its own employees. Anticipated RFP release in Q1FY24, with a contract award on or before 30 June 2024.



Interested sources are invited to respond to this sources sought announcement. Capability Statements consisting of appropriate documentation will be accepted providing it contains ALL the information required below (items 1-6). Complete submission package shall not exceed 4 pages. The information which must be contained in your response is as follows:



1) Contractor Information: Name and address of company, point of contact with phone number and email address.



2) Type of Business: Identify the company’s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 237310 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification.



3) Bond Capacity: Information must include surety’s name, point of contact, telephone number, email address, and the bonding capacity of at least $25 Million per project, and the maximum aggregate bonding.



4) System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Entity Identifier (formerly DUNS Number).



5) Interest: Indicate if a solicitation is issued will your firm/company be submitting a proposal:



_____ Yes ______No.



6) Experience Submission Requirements:



Responders shall provide a minimum of two (2) to a maximum five (5) relevant construction projects for the Offeror that best demonstrates your experience on relevant projects that are similar in size, scope, and complexity. A relevant project is further defined as: the construction of roadway concrete pavement using slip form paving and/or full concrete slab replacements (not patching) and/or the construction of airfield concrete pavement using slip form paving with a construction value of $10M or more. Include contract numbers, project titles, dollar amounts, project completion dates, performance ratings, and evidence of specific capabilities listed below:




  • Demonstrate Prime Contractor experience for the following: installation of gravity storm sewer pipes and structures; the installation and modification of the water main, fire hydrant and hose bib; and phased construction which required Maintenance of Traffic (MOT) and coordination/communication with all stakeholders.



Provide a brief description including completion date and final contract value. If they are not approximately equal to the requested dollar value, identify the dollar value and explain in no more than one paragraph why we should consider the project.



The response to this sources sought is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, VOSB, WOSB, and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.



Please respond to this announcement no later than 26 October 2023, 2:00 PM Eastern Time via email to cynthia.a.mcmonigle.civ@us.navy.mil and lindsay.e.betteridge.civ@us.navy.mil . The subject line of the email shall state: BLOUNT ISLAND COMMAND (BIC) BUILDING 350 ROAD REPAIR & DRAINAGE, JACKOSONVILLE, FL. Emails shall be no more than 5 MB in size. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.


Attachments/Links
Contact Information
Contracting Office Address
  • COMMANDING OFFICER B-903 YORKTOWN
  • NAS JACKSONVILLE , FL 32212-0030
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 12, 2023 03:49 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >