Agency: | DEPT OF DEFENSE |
---|---|
State: | New Jersey |
Type of Government: | Federal |
Category: |
|
Posted: | Mar 29, 2024 |
Due: | Apr 15, 2024 |
Solicitation No: | W50S8F-24-R-0002 |
Publication URL: | To access bid details, please log in. |
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).
PRE-SOLICITATION NOTICE / SYNOPSIS
NOTE: This is a Pre-Solicitation Notice, for planning purposes only, to alert interested contractors and vendors of an upcoming contract opportunity at the NJ Air Nation Guard Base located in Egg Harbor Township, NJ 08234. This is not a Solicitation. Interested vendors shall not respond to this notice; but should monitor www.SAM.gov for the upcoming solicitation and response dates. Specifications, drawings, and Scope of Work are not available at this time.
NAICS Code: 237310 Highway, Street, and Bridge Construction
The New Jersey Air National Guard intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for construction services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances, management, financial resources, and supervision necessary to mill two inches and overlay 2 inches of asphalt pavement. The work takes place on the active airfield at Atlantic City International Airport (ACY IAP). The project is divided into two separate locations. One location is at the south end of the runway and the second location is at the north end of the runway. Total project square footage is approximately 35,000 square feet.
The contract duration will be 90 calendar days after the date of contract award (ADC) to include inspection and punch list. This project is set aside 100% for Small Businesses. The North American Industry Classification System (NAICS) Code is 237310, with a small business size standard of $45,000,000 ($45.0M). The magnitude of construction is between $100,000 and $250,000 in accordance with FAR 36.204(c).
The tentative date for issuing the solicitation is on-or-about May 10. 2024. The tentative date for the pre-proposal conference is on-or-about May 21, 2024, 9:00am local time, location to be provided in the solicitation. Interested contractors are encouraged to attend and shall strictly follow conference registration and base access requirements shown in the solicitation to ensure base access. A site visit will follow the pre-proposal conference. All questions for the solicitation must be submitted on or about May 29, 2024, via email to 177fw.contracting.org@us.af.mil.
The solicitation closing date is tentatively planned for on-or-about June 11, 2024. Actual dates and times will be identified in the solicitation. The proposal evaluation process will be conducted in accordance with the Evaluation Procedures described in FAR 13.106-2; FAR 15.3, DFARS 215.3, and AFARS 5115.3. Evaluation factors may include Technical Capability, Past Performance and Price. The Government intends to award a contract without conducting discussions.
Interested offerors must be registered in the System for Award Management (SAM). To register go to www.SAM.gov. Instructions for registering are on the web page (there is no fee for registration).
NOTE: ALL dates & times above are approximate and are for planning purposes only. Actual dates, times, & deadlines will be posted in the Solicitation notice on www.SAM.gov.
The solicitation and associated information and the plans and specifications will be available only from the Contract Opportunities page at SAM.gov under solicitation W50S8F-24-R-0002.
This solicitation is not an invitation for bids and there will not be a formal public bid opening. All inquiries must be in writing, via email to the persons specified in the solicitation. All answers will be provided in writing via posting to SAM.gov. If you have any questions concerning this procurement you are encouraged to email your questions to 177fw.contracting.org@us.af.mil.
In accordance with FAR 36.211(b), the following information is provided:
DISCLAIMER: The official plans and specifications will be located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if / when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
With GovernmentContracts, you can:
Follow Industry Day 2023 - Hereford Inlet to Cape May Inlet Coastal Storm
Federal Agency
Bid Due: 10/31/2024
# Title Entity Description Type Status Pre-Conference Opening Date CCMUA Bid #21-18 Supply
County Camden
Bid Due: 10/28/2024
Upcoming Purchases & Bid Solicitations Upcoming Purchases and Bid Solicitations Request For Proposal
Delaware River Port Authority
Bid Due: 5/06/2024
Status Ref# Project Department Close Date Days Left Action Open BC-C-24-006 Medical Examiner's
Bergen County
Bid Due: 5/08/2024