Similar Projects
Awning Extension
Renovation
Design
$25,000 CJ est. value
Loris, SC 29569

RFP - Lower Catawba Basin Model Development
Term Contract
Bidding
Catawba, SC 29704

Grounds Maintenance at Lake Edgar Brown
Term Contract
Sub-Bidding
Columbia, SC 29201

Janitorial Services for Headquarters Building
Term Contract
Sub-Bidding
Columbia, SC 29201

Pest Control Services
Term Contract
Post-Bid
Walterboro, SC

Pump-Out and Portable Toilet Services
Term Contract, Alteration
Post-Bid
SC

Parking Management Services
Results
Charleston, SC

Grease Trap Pump Cleaning
Alteration
Results
SC

RFP - Engineering Services for Various ARPA Water/Sewer Projects and On-Call Services
Term Contract
Sub-Bidding
Columbia, SC 29201

Pressure Washing Stadiums
Alteration
Post-Bid
Darlington, Hartsville, Lamar, SC 29550

Summer Pressure Washing Services Contract for Student Housing Facilities
Alteration
Results
Charleston, SC

Fairforest Basin Large Line Cleaning and CCTV - Phase VI
Term Contract
Sub-Bidding
Spartanburg, SC 29306

Pressure Washing Services for Pendleton Street Garage
Term Contract
Post-Bid
Columbia, SC 29208

Provide Groundskeeping Services as Needed
Term Contract
Sub-Bidding
Columbia, SC 29201

Clean Kitchen Hoods and Exhaust in Cafeterias
Term Contract
Post-Bid
Greenwood, Hodges, SC 29646

Last Updated 10/03/2022 06:33 AM
Project Title

Tri-Command Paving IDIQ at Beaufort and Parris Island

Physical Address View project details and contacts
City, State (County) Beaufort, SC 29902   (Beaufort County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $38,767,885 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Sep 29, 2022 Contract Award Number: N4008522D0081 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: Contractor Awarded Name: MAVREX, LLC Contractor Awarded Address: Naples, FL 34119 USA Base and All Options Value (Total Contract Value): $38767885.22 GENERAL REQUIREMENTS Description of the Work: This is a Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract for various types of rigid Portland cement concrete pavement, bituminous pavement, concrete work, pavement markings, storm drainage repairs, and incidental work related to general pavement, concrete, asphalt and Airfield Standards at existing or new locations on and around various Government installations in the Beaufort, South Carolina Area of Responsibility. Types of work to be included in this contract are as follows, but are not limited to: Repair and replacement of joint sealants. Partial or complete removal and replacement of damaged pavement, concrete, and asphalt areas. Repair or replacement of markings and signage. Remarking of runways and taxy ways. Repair, replacement, or installation of storm drainage systems. Repair and replacement of speed bumps, guard rails, and any associated work resulting from pavement, concrete, and asphalt repair and replacement. Runway friction testing and reporting. General pavement, concrete and asphalt maintenance, repair or construction as directed by task order. Work Order # 1695956 Procurement Method: This acquisition will be advertised utilizing FAR Part 14 - Sealed Bidding resulting in a Firm Fixed Price (FFP) contract for construction services. Competition Requirements: This solicitation is being issued as a Small Business Set-Aside INDEFINITE DELIVERY / INDEFINITE QUANTITY (IDIQ) CONTRACT FOR TRI-COMMAND PAVING FOR THE BEAUFORT, SOUTH CAROLINA AREA OF RESPONSIBILITY This is a Regional Indefinite Delivery, Indefinite Quantity (IDIQ) contract for various types of rigidPortland cement concrete pavement, bituminous pavement, concrete w ork, pavement markings, stormdrainage repairs, and incidental w ork related to general pavement, concrete, asphalt and AirfieldStandards at existing or new locations on and around various Government installations in the Beaufort,South Carolina Area of Responsibility. Types of w ork to be included in this contract are as follow s,but are not limited to: Repair and replacement of joint sealants. Partial or complete removal andreplacement of damaged pavement, concrete, and asphalt areas. Repair or replacement of markings andsignage. Remarking of runw ays and taxy w ays. Repair, replacement, or installation of storm drainagesystems. Repair and replacement of speed bumps, guard rails, and any associated w ork resulting frompavement, concrete, and asphalt repair and replacement. Runw ay friction testing and reporting. COMPETITION REQUIREMENTS: TOTAL SMALL BUSINESS SET-ASIDE PROCUREMENT METHOD: SEALED BID Term of the Contract: This contract contains provisions for a Base Period with Four (4) Option Years, not to exceed sixty (60) months. Refer to Section 00 70 00 - Conditions of the Contract, FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000). Contractor Performance Information: Contractor's performance will be evaluated using the respective contractor performance evaluation report entry system located on the website http://www.cpars.gov/. Prior to commencement of work the contractor is required to provide the government with the name, phone number and e-mail address of the "Contractor's Representative" that will be responsible for receipt and review of draft performance evaluations prepared by the government in the appropriate system. It is the contractor's responsibility to keep this contact information current. Minimum Guarantee: The Government will issue a minimum guarantee in the amount of $5,000.00 to the successful offeror via task order. The minimum guarantee covers the full term of the contract to include all option years. Construction Wage Requirements: General Wage Determinations covering the areas of responsibility are included in this solicitation. The most current wage decision will be incorporated into the contract at the time each option is exercised. Refer to Section 00 70 00 - Contract Clauses and Section 01 00 00 - General Requirements. Indefinite Quantity Individual Contract Line Item Quantities: Once the estimated quantities for individual line items shown in the Schedule have been ordered, additional quantities may be ordered as long as the overall not-toexceed (NTE) amount of the contract per year is not exceeded and the Contractor agrees by signing the task order All bids shall be mailed to the following address: Naval Facilities Engineering Command, Mid-Atlantic 9324 Virginia Avenue Building Z-140, Room 225 Norfolk, Virginia 23511-3095 Attn: Brittany Cristelli, Contract Specialist BIDS SUBMITTED IN RESPONSE TO THIS INVITATION FOR BID MUST BE RECEIVED NO LATER THAN THE DATE AND TIME SPECIFIED IN BLOCK 13A OF THE SF1442. Bids not received by the time and date specified shall be treated in accordance with FAR 52.214-7 "Late Submissions, Modifications, and Withdrawals of Bids". Pre-Proposal Inquiries (PPIs): All inquiries must be submitted in writing and received by the Contract Specialist fourteen (14) calendar days prior to the solicitation closing date in order to permit adequate time to reply to the inquiry. There is no guarantee that PPI's submitted after the cut-off date will be answered before the solicitation N4008522B2504 Page 9 of 53 closes. Submit all questions to brittany.n.cristelli.civ@us.navy.mil. Use of "Attachment D PPI Log" template is required. The PPI Log Template (Attachment D) can be found www.SAM.gov.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents