Search Contract Opportunities

VAFB Paving IDIQ

ID: VAFBPaving • Type: Sources Sought

Description

The 30th Contracting Squadron is publicizing this sources sought notice to gather industry information in order to select a contract type most appropriate to the circumstances of the acquisition. The Government's current plan is to award a 5-year Multiple Award Base Paving indefinite-delivery, indefinite-quantity contract (IDIQ) at Vandenberg AFB, CA. No solicitation is being issued at this time, nor is this a Request for Proposal (RFP) or Invitation for Bid (IFB), and shall not be construed as a commitment by the Government to issue a solicitation that will result in a contract. The Air Force will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation, including specifications and/or drawings, will be made available only on the Federal Business Opportunities website (https://www.fbo.gov/). Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments.

The government is seeking qualified, experienced, and interested 8(a) small businesses located in California capable of performing the type of work as described herein. The following North American Industry Classification System (NAICS) code applies to this request of information: 237310 (Highway, Street, and Bridge Construction). The size standard for this NAICS code is $36,500,000.

The proposed contract would consist of a multiple-award IDIQ contract to execute a broad range of non-complex paving projects related to new paving, road repair, and/or replacement or alteration of various types of paving such as roadways, airfields, sidewalks, curbs, gutters, culverts, swales, headwalls, slope modification, shoring, anchoring, retaining walls, soil stabilization, irrigation and re-vegetation on various real property facilities etc. Other incidental types of work, including but not limited to, demolition, site preparations, and site drainage, rubber removal, airfield and taxi paint markings incidental to real property at Vandenberg Air Force Base, California and its associated sites. The description of work will be identified in each individual task order. Performance and payment bonds will be required per individual task order in accordance with Federal Acquisition Regulation Part 28. Contractors would be given fair opportunity to compete for projects described in individual task order solicitations. All interested parties are invited to respond and must be currently registered in the System for Award Management (https://www.sam.gov/portal/SAM).
The provided information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement evolve from this preliminary planning process, it is anticipated that as many as three (3) contracts may be awarded, each for a term consisting of one base year plus four, 1-year option periods. Task Orders written against the contracts are anticipated to range between $2,000.00 and $1,000,000.00. The overall program value is still under consideration; however, at this point the magnitude of construction is between $10,000,000.00 to $25,000,000.00 over a five-year period.

If your firm has an interest in proposing on said requirements as described above, please answer attached market survey and provide a Capability Statement to Ms. Linda Seipel, (805) 605-8718, email linda.seipel@us.af.mil or Mr. Louis Buchanan, (805) 605-8470, email louis.buchanan.1@us.af.mil no later than 4:00 PM PDT, 06 January 2017.

Capability Statements shall be limited to two (2) pages and at minimum and shall state skills, experience, knowledge, and equipment availability required to perform this type of work and include the following:

1. Company name, address, point of contact (POC), telephone number, fax number, email address, CAGE Code and DUNS Number.

2. Company's business size, to include number of employees and average annual receipts for the last three fiscal years (please indicate fiscal period), and number of years in the construction industry.

3. The type of California construction license your company holds.

4. Business size and/or socioeconomic statuses (i.e. Large Business, Small Business, Emerging Small Business, SBA Certified 8A Program Participant, SBA Certified HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Veteran Owned Business, Woman Owned Business).

5. A listing of any government contracts held over the last three (3) years. Indicate whether Federal, State, or county/city.

6. Company's bonding capacity; single award capacity and an aggregate bonding capacity

Overview

Response Deadline
Jan. 6, 2017, 7:30 p.m. EST Past Due
Posted
Oct. 5, 2016, 3:25 p.m. EDT
Set Aside
8(a) (8A)
Place of Performance
Vandenberg AFB Vandenberg AFB, CA 93437 USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
37%
Vehicle Type
Indefinite Delivery Contract
On 10/5/16 Space Force issued Sources Sought VAFBPaving for VAFB Paving IDIQ due 1/6/17. The opportunity was issued with a 8(a) (8A) set aside with NAICS 237310 (SBA Size Standard $45 Million) and PSC Z.
Primary Contact
Title
Contract Specialist
Name
Linda Seipel   Profile
Phone
(805) 605-8718
Fax
(805) 606-5867

Secondary Contact

Title
Contracting Officer
Name
Louis R. Buchanan   Profile
Phone
(805) 605-8470
Fax
805-606-5867

Documents

Posted documents for Sources Sought VAFBPaving

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought VAFBPaving

Similar Active Opportunities

Open contract opportunities similar to Sources Sought VAFBPaving

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFSPC > FA4610 30 CONS PK
FPDS Organization Code
5700-FA4610
Source Organization Code
100193047
Last Updated
July 6, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 6, 2018