Skip to main content

An official website of the United States government

You have 2 new alerts

USCG Base Kodiak Paving FY23

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: Sources Sought (Original)
  • Original Published Date: Nov 06, 2022 01:30 pm AKST
  • Original Response Date: Nov 21, 2022 12:00 am AKST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 21, 2022
  • 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:
    Kodiak , AK 99619
    USA

Description

United States Coast Guard-SILC Contracting Office at Civil Engineering Unit (CEU) Juneau Sources Sought Notice FY23 Base Kodiak Paving Project #1838348. This is a Sources Sought Notice ONLY. The U.S. Government has a requirement for a firm fixed price contract for a paving and civil work project on a small business set-aside basis, provided 2 or more fully qualified and capable small businesses respond to this source sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set-aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.

We encourage all small businesses, in all socioeconomic categories (including, Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a) Business Development Program, Small Disadvantage Business (SDB), Women-Owned Small Business (WOSB), and Historically Underutilized Business Zone (HUBZone) Small Business), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submission of any information in response to this source sought notice is purely voluntary. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, IFB or RFP, if any is issued.

If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (SAM.gov). It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry (SAM.gov) for additional information pertaining to this requirement.

CEU Juneau has a requirement for roadway repair and reconstruction at Base Kodiak, Kodiak Island, AK (Polaris Ave from Cape Sarichef to Cape Spencer and Cape St. Elias Street from Polaris to Albatross Ave). The contractor will be required to furnish all labor, supplies, materials, supervision, transportation, equipment in performance of all operations required in connection with the pavement contract. The magnitude of construction for the project is between $900,000 and $1,500,000 but is subject to revision prior to the release of the solicitation. The anticipated NAICS code is 237310 Highway, Street, and Bridge Construction, Size Standard $39.5M.

The work includes but is not necessarily restricted to the following items: Proper, adequate, and proficient supervision shall be provided by the contractor throughout all phases of work. Unless otherwise approved, the Contractor shall be permitted to do the work between the hours of 7:30 a.m. to 5:30 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. Site evaluation, subgrade and subbase preparation, demolition, and Stormwater Pollution prevention measures and management work are elements of work to be anticipated on this project. Asphalt mix design, pavement milling, priming and tack coating, placement of asphalt concrete and compaction of asphalt concrete are to be expected. This work may contain requirements for milling of pavement, demolition and construct roadway, and related drainage structures. Remove and install fencing. Establish grass and erosion control on job sites. Potential for encountering POL-contaminated soil during subgrade excavation exists, a Qualified Environmental Professional (QEP) would be required on-site during excavation activities.

This is not an RFP, but instead a research method to determine interested sources prior to issuing the solicitation. The purpose of this sources sought notice is to obtain an indication of interest of all businesses, determine any interest from the small business community, and obtain voluntary limited capability information of those interested sources. A determination by the Government on the method of competing this requirement has not been made. The Government will not award a contract based on this sources sought notice, the information received, nor reimburse participants for information they provide.

Information provided is strictly voluntary. In response to this source sought notice, please provide: Name of the firm, point of contact, phone number, email address, Unique Entity Identification number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s)such as SDVOSB, VOSB, SDB, 8(a), HUBZone, WOSB, etc.) and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

By responding to the Sources Sought Notice, I confirm that my firm, has previously and satisfactorily completed at least three projects under the above mentioned North American Industry Classification System (NAICS) (237310 Highway, Street, and Bridge Construction).

Please provide TWO project references with a contract value of at least $500,000.00 each. (Performed under the above mentioned NAICS) and please answer, at a minimum, the following questions. Title of Project? Dollar Value? Location? Customer / Agency? Was your firm the Prime Contractor or a Subcontractor? % Of Contract that was Self-Performed? A Man-hours Assessment. (When calculating, do NOT include Materials or General Conditions.) What were the work elements your firm self-performed for this project?

By responding to this sources sought notice, I confirm that my firm, individually or through association with joint ventures or teaming partners, can obtain Performance and Payment bonds for a project valued at $5,000,000 (bonding capacity). Responders shall provide a letter from their bonding company stating these bonding capabilities.

By responding to this source sought notice, I confirm my firm is registered in the System for Award Management (SAM) https://www.sam.gov/ or in the process of registering in SAM. ** Please review the following clause as it may be included within the solicitation / award, as it pertains to Small Business. 52.219-14 LIMITATIONS ON SUBCONTRACTING (OCT 2022) - General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded.

Please identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Contact the Contracting Officer, Cheryl A. Berry at Cheryl.a.berry@uscg.mil or (907) 463-2435, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition and this announcement. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Due date for the responses is November 21, 2022, by 12:00 pm Alaska Time.

Two attachments accompany this Sources Sought:

18382348_FY23 Base Kodiak Paving Work Description (2 pages)

Drawing_1838348 C03 (1 page)

Contact Information

Contracting Office Address

  • P.O. BOX 21747
  • JUNEAU , AK 99802
  • USA

Primary Point of Contact

Secondary Point of Contact





History