Airfield and Base Pavement IDIQ
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Solicitation (Original)
- Original Published Date: Nov 17, 2023 11:13 am MST
- Original Date Offers Due: Dec 18, 2023 02:00 pm MST
- Inactive Policy: Manual
- Original Inactive Date: Apr 01, 2024
- Initiative:
- None
Classification
- Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Product Service Code: Z2BD - REPAIR OR ALTERATION OF AIRPORT RUNWAYS AND TAXIWAYS
- NAICS Code:
- 237310 - Highway, Street, and Bridge Construction
- Place of Performance: Luke AFB , AZ 85309USA
Description
Department of the Air Force, 56th Contracting Squadron, will solicit for an Airfield and Base Pavement IDIQ Contract at Luke Air Force Base, Gila Bend AF Auxiliary Field (to include the Barry M. Goldwater Range and Ajo Radar Station at Childs Mountain), and Fort Tuthill Recreation Area, Flagstaff, Arizona. The applicable North American Industry Classification System (NAICS) code for this acquisition is 237310 Highway, Street, and Bridge Construction with a small business size standard of $45,500,000.00. This solicitation will be for a Firm Fixed Price contract which will require the following work, but not limited to: excavation; pulverization; milling; hauling; dumping; surface preparation; grading; placing base or cement treated courses; select fill, decomposed granite, river rock; herbicide; asphaltic concrete and asphalt overlays; asphalt; concrete; sweeping; grooving or grinding pavements; surveying; quality control, testing and providing results; saw cutting and routing; sealing of pavements; repair or replacement of existing concrete sidewalks, curb and gutter, aprons; airfield pavement slabs, joint seals and spalls; repair or replacement of airfield and base valves, catch basins; manholes; drains and culverts; trenching or excavation for installation of pipes and conduits; removal of paint and runway rubber (runway rubber removals) from airfield and base pavements by hydro-blasting; grinding; or biodegradable chemical; painting of stripes or markers on airfield and base pavements by truck mounted machine or portable push machine. The successful offeror will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the individual projects at Luke AFB, Gila Bend AFAF (to include Barry Goldwater Range and Ajo Radar Station at Childs Mountain) and Ft Tuthill Recreational Area, Flagstaff, Arizona.
IAW DFARS 236.204, the magnitude for this (Paving IDIQ) contract is between $10,000,000.00 and $25,000,000.00.
THIS PROCUREMENT IS A CERTIFIED WOMEN OWNED SMALL BUSINESS (WOSB) SET ASIDE AND IS LIMITED TO CERTIFIED WOSB. Contractors are required to be certified prior to contract award.
Interested WOSB firms will be required to show evidence of bonding capability to the maximum magnitude of the project to include both single project bond capability of $3M and a minimum aggregate total of $7M respectively as outlined in the subsequent solicitation.
NOTE: All contractors will be registered in the System for Award Management (SAM) program in order to receive a contract award from any DOD activity. Contractors may access the Internet site at: sam.gov to register and/or obtain information about the SAM program. No Foreign participation is allowed.
The Government anticipates the award of one, firm-fixed price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract which will consist of a five (5) year ordering period. The guaranteed minimum award amount for the contract is $2,000.00.
The successful offeror will be selected using Performance Price Tradeoff with Technical Acceptability (PPT) procedures, resulting in the best value to the Government. Evaluation factors will be set forth in Section M of the solicitation and will include evaluation of the following areas: Technical, Past Performance, and Price. Upon award, an initial pre-performance conference will be held at Luke Air Force Base, AZ.
The performance periods for task orders placed under the proposed contract may range from 30 to 365 calendar days depending on the project. Liquidated damages, if applicable, will be identified on each task order placed under the proposed contract.
It is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. All prospective contractors must be actively registered in the System for Award Management (SAM), in order to be eligible for an award.
Primary point of contact (POC): Jennifer Kirsch, Contract Specialist, Phone (623) 856-2768, e-mail: jennifer.kirsch.1@us.af.mil Alternate POC: Chad LaValley, Contracting Officer, Phone (623) 856-9664, e-mail: chad.lavalley.1@us.af.mil. Preferred method of contact is email.
Attachments/Links
Contact Information
Contracting Office Address
- ADMINISTRATIVE ONLY NO REQUISITIONS 14100 W EAGLE ST
- LUKE AFB , AZ 85309-1217
- USA
Primary Point of Contact
- Jennifer Kirsch
- Jennifer.kirsch.1@us.af.mil
- Phone Number 6238562732
Secondary Point of Contact
- Chad W. LaValley
- chad.lavalley.1@us.af.mil
- Phone Number 6238569664
History
- Apr 01, 2024 09:55 pm MDTSolicitation (Updated)
- Dec 13, 2023 02:55 pm MSTSolicitation (Updated)
- Dec 12, 2023 10:45 am MSTSolicitation (Updated)
- Nov 17, 2023 11:29 am MSTSolicitation (Updated)
- Nov 17, 2023 11:13 am MSTSolicitation (Original)