IDIQ PAVING AT FORT STEWART/HAAF, GEORGIA
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Nov 15, 2022 03:10 pm EST
- Original Response Date: Dec 15, 2022 02:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Fort Stewart , GA 31314USA
Description
The Mission and Installation Contracting Command (MICC) - Fort Stewart, Georgia anticipates issuing a Firm Fixed Price (FFP) Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) Paving contract to perform all plant, labor, materials, and necessary operations to support Fort Stewart and Hunter Army Airfield Fort Stewart, Georgia. The anticipated period of performance will be a 12-month base period, with two (2) one-year option periods.
Work to be Done: The work covered by this contract consists of furnishing all plant, labor, materials and performing all operations required in connection with Paving IDIQ Ft. Stewart/HAAF, Fort Stewart and Hunter Army Airfield, Georgia, complete in strict accordance with specifications and drawings, subject to the terms and conditions of the contract. The work includes, but is not necessarily restricted to, the following items:
1. Proper, adequate and proficient supervision shall be provided by the contractor throughout all phases of work.
2. Unless otherwise approved, the Contractor shall be permitted to do the work between the hours of 7:30 a.m. to 4:00 p.m., Monday through Friday, exclusively. Prior to the contractor performing any work during hours other than those specified, the contractor shall submit a request to the COR for approval by the Contracting Officer. Requests shall be submitted no less than 24 hours prior to the time the contractor desires to work.
3. Repair and Overlay Pavement to include pot hole repair, crack repair, widening existing roads, and installing slurry seal treatments. This work may contain requirements for milling of pavement. Additional requirements for constructing, raising or repairing manholes/inlets and valves.
4. Constructing or replacing headwalls, sidewalks, curbs and gutters. Additional requirements for Utility road crossing repairs to include demolition and construction.
5. Installing reflective paint and thermoplastic paint striping, arrows, handicap markings and letters as shown. Additional requirements for removal and installing street signs and pavement markings, including airfield pavement markings. All work shall follow the requirements of MUTCD.
6. Installation of concrete and corrugated metal pipe to include excavation, backfilling and compaction.
7. Construct new parking lots, roadway and related drainage structures.
8. Remove and install fencing.
9. Placement of new concrete to include slabs, sidewalks and related items.
10. Establish grass and erosion control on job sites.
11. Modify existing traffic light signal system and install new traffic light signal system at intersections.
12. Sanitary sewer structure and sewer line replacement.
13. Water line replacements.
14. Rubber and paint removal from airfield pavement.
This action will be a 100% competitive HUBZone set aside. In order to be eligible for award, an offeror must represent in good faith that it is a qualifying HUBZone firm in accordance with FAR 19.13.
Please note that this notice does NOT constitute the Request for Proposal(RFP). The solicitation will be posted on or about 25 January 2023. The solicitation and any/all amendments will be posted and available for viewing and downloading at the Government website https://www.SAM.gov.
No paper copies will be issued. When the solicitation is posted, it is incumbent upon the intererested parties to review the aforementioned site regularly for any updates/amendments to this solicitition.
All prospective bidders must have a Commercial and Government Entity Code (CAGE CODE) and be registered in the System for Award Management (SAM) at www.SAM.gov. The NAICS code for this requirement is 237310, with a size standard of $39.5 million.
Attachments/Links
Contact Information
Primary Point of Contact
- Gregory Hoffman
- gregory.d.hoffman2.civ@army.mil
- Phone Number 9127678444
Secondary Point of Contact
- MSG Mark Wirtz
- mark.c.wirtz.mil@army.mil
- Phone Number 9127677484