Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 02, 2025 SAM #8711
MODIFICATION

Y -- Sitework & Paving IDIQ_Solicitation

Notice Date
9/30/2025 10:49:48 AM
 
Notice Type
Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FA2835 AFLCMC HANSCOM PZI HANSCOM AFB MA 01731-2107 USA
 
ZIP Code
01731-2107
 
Solicitation Number
Sitework_Paving_IDIQ_Solicitation
 
Response Due
10/31/2025 11:30:00 AM
 
Archive Date
12/15/2025
 
Point of Contact
Tacy Boje, Jared Gregory
 
E-Mail Address
tacy.boje.1@us.af.mil, jared.gregory.3@us.af.mil
(tacy.boje.1@us.af.mil, jared.gregory.3@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. This Invitation for Bid for Subject project is a 100% Small Business Set-aside in accordance with FAR 19.502-2 and the attached Sitework and Paving (S&P) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract Statement of Work (SOW), dated 23 September 2025, Specifications, and Bid Schedule. All work will be conducted at HAFB, MA 01731-2107 and locations identified in the S&P IDIQ SOW. 2. This Firm Fixed-Price (FFP) IDIQ Contract will constitute a six (6) year Period of Performance and five (5) year ordering period with no annual spending cap. 3. At the time of award of the S&P IDIQ Contract, a Post-Award Conference Task Order in the amount of $2,500.00 will be awarded to the S&P IDIQ Contract awardee. This Task Order will meet the �minimum� order amount for the S&P IDIQ Contract. No individual Task Order will exceed $3,000,000. The general scope of the prospective Contract is for the Contractors to provide repair/replacement of roadways, curbing, and sidewalks, including required demolition and earthwork, at various locations throughout Hanscom Air Force Base, Sagamore Hill Electronics Research Annex - Hamilton, MA; Fourth Cliff Recreation Annex - Humarock, MA; Cape Cod Space Force Station - Sagamore, MA; Patriot Golf Course - Bedford, MA; and New Boston Space Force Station - New Boston, NH. 4. The Government intends to award a single S&P IDIQ Contract. Please submit your priced bidschedule accordingly. For selection, the Government will evaluate each bid in accordance withthe procedures specified in FAR Part 14, Sealed Bidding, and select the bid that represents thebest value to the Government. The bids are intended to be evaluated, and award made withoutdiscussions with the offerors. 5. Exceptions to IFB Requirements: Offerors are required to meet all IFB requirements, such asterms and conditions, representations and certifications, and technical requirements. Offerorsmust clearly identify any exception to the IFB terms and conditions and provide completeaccompanying rationale. Each exception shall be specifically related to each paragraph and/or specific part of the IFB to which the exception is taken. Offerors shall provide rationale in support of the exception and fully explain its impact, if any, on the performance, schedule, price, and specific requirements of the IFB. 6. AFLCMC/PZI requests your firm submit your bid package and all information required by this IFB no later than 2:30 PM EST on 31 October 2025. Bids submitted after 2:30 PM EST on 31 October 2025 will not be accepted. Electronic bids shall be e-mailed to: � Contract Officer: Capt Robert Lieder at robert.lieder.2@us.af.mil, � Contract Specialists: Mr. Jared Gregory at jared.gregory.3@us.af.mil and Ms. Tacy Boje at tacy.boje.1@us.af.mil. 7. The Contracting Officer (CO) and the Contract Specialists are the sole points of contact (POCs) for this acquisition. Address, in writing, all technical and contractual questions to the Contract Specialists, Mr. Jared Gregory at jared.gregory.3@us.af.mil, and Ms. Tacy Boje at tacy.boje.1@us.af.mil. All technical and contractual questions must be copied to the Contracting Officer (CO), Capt Robert Lieder at robert.lieder.2@us.af.mil. Contractors shall submit these questions for the purpose of eliminating contractor assumptions and exceptions as part of their bid. Questions must be submitted in writing to the Contracting Officer and Contract Specialist prior to 2:30 PM EST, 22 October 2025. 8. Contractors shall address contractor assumptions and exceptions to the CO through the Question and Answer process prior to bid submittal. Assumptions and exceptions to the IFB requirements may result in a bid deemed ineligible for award based on non-responsiveness to the IFB instructions and not awardable. Questions must be submitted in writing to the Contracting Officer and Contract Specialists prior to 2:30 PM EST, 22 October 2025. 9. If the bidder believes that the requirements set forth within these instructions contain an error, omission, or are otherwise unsound, the bidder shall immediately notify the Government POC�s in writing with supporting rationale. 10. No physical site visit will be conducted. A Bid Schedule Explanation and Q/A Virtual Conference will be held on: � Date/Time: 20 Oct at 10:00 AM EST � Platform: Microsoft Teams � Meeting ID: 993 184 104 092 � Passcode: so2MC745 � Dial in: +1 410-874-6750,,579551240# � Phone conference ID: 579 551 240# Attendance is not mandatory but encouraged. No additional pre-bid events will be scheduled. 11. Liquidated Damages (LD), as applicable, will be included in the project Task Orders. The LD daily amount to be assessed will be identified in applicable Task Orders. 12. Performance and Payment Bonds, as applicable on a Task Order by Task Order basis, shall be in accordance with FAR Provision 52.228-15 -- Performance and Payment Bonds -- Construction, the Contractor shall furnish the Performance and Payment Bonds to the CO not later than 10 days after receipt of the notice of award. 13. The bidder is reminded that in accordance with FAR 14.101(d), bids shall be evaluated without discussions based solely on the original bid submittal. 14. To assure timely and equitable evaluation of bids, bidders must follow the instructions contained herein. Bidders are required to meet any and all IFB requirements, including terms and conditions, representations and certificates, and technical requirements. Failure to meet any requirement may result in a bid being deemed ineligible for award based on non-responsiveness to the IFB Instructions. 15. Pricing Assumptions � Summarize all significant pricing assumptions, scope limitations and/or qualifications of the Price Bid. Offerors are reminded that assumptions and exceptions to the IFB requirements may result in a bid deemed ineligible for award based on non-responsiveness to the IFB instructions and not awardable. The Government requires that the bidder�s bid shall be valid for 90 days from Bid Opening. 16. Basic Contract/Representations and Certifications: The Offeror�s bid shall include a signed copy of the Solicitation/Model Contract, and Sections A through K. a. Section A - Solicitation/Contract Form i. Completion of Blocks 14 - 20A and signature and date for blocks 20B and 20C, respectively, of the Solicitation, Offer, and Award � SF1442. Signature by the Offeror on the SF 1442 constitutes an offer, which the Government may accept. The ""original"" copy should be clearly marked under separate cover and should be provided without any punched holes. ii. Completion of block 8 and 15A and signature and date for blocks 15B and 15C, respectively, on any and all �Amendment of Solicitation/Modification of Contract � SF 30.� b. Section B - Supplies or Services and Prices i. Lump Sum Net Amounts for each CLIN (taken from the completed bid schedule) shall be included in Section B of the Basic contract. ii. Any inconsistency between the CLIN amounts in Section B and CLIN amounts in the completed bid schedule shall be resolved by giving precedence to the CLIN amounts in the completed bid schedule. c. Section K - Representations, Certifications, and other Statements of Offerors i. Completed representations, certifications, acknowledgments and statements. 17. Bid Completion Instructions: The award will be made in accordance with FAR Part 14 Sealed Bidding procedures and this IFB. The award will be made to the apparent low bidder as follows: a. The Offeror shall provide a cover sheet/letter which clearly states the bid effort title, the IFB number, the total price, the name, title, telephone number, and e-mail address of the company/division authorized point of contact regarding decisions made with respect to your bid and who can obligate your company contractually. The Offeror shall also provide the company/division's street address, county and facility code; CAGE code; DUNS code; TIN; size of business (large or small); and labor surplus area designation, if applicable. b. IFB Attachment 13 FY26 S&P IDIQ - Bid Schedule shall be completed by the Offeror to break out the Line Item unit prices, extended prices, Overhead Percentage, and G&A Percentage, Bond Percentage, and Profit Percentage for each Ordering Period. i. By Ordering Period the Offeror shall insert their proposed Line Item Unit Prices for each Line Item. The Offeror shall then multiply their proposed Line Item Unit Prices by the estimated quantities and enter that amount in the �Estimated Total� column. ii. For each Ordering Period the Offeror shall add all the Line Item �Estimated Totals� and enter that amount in the �Line Item Total� Block. iii. For each Ordering Period the Offeror shall multiply the �Line Item Total� by their proposed Overhead Rate for that period. The Offeror shall then multiply that Subtotal by their proposed G&A Rate. The Offeror shall then multiply that subtotal by their proposed Profit Rate. The Offeror shall then multiply that Subtotal by their proposed Bond Percentage. The resulting number shall be entered into the �Ordering Period Total� Block. iv. Offerors shall then enter each �Ordering Period Total� amount into the S&P IDIQ Bid Summary Sheet. v. Offerors shall then add each of the five (5) Ordering Period Totals on the S&P IDIQ Bid Summary together and enter that into the �Contract Total� Block. vi. The Offeror shall enter the �Contract Total� amount from the S&P Summary Bid Schedule into the solicitation CLIN 0001 Line. This amount is the Offerors Bid Price. 18. Award will be made to the Offerer with the lowest Bid Price, meeting IFB requirements, and otherwise determined responsible in accordance with FAR Part 9. 19. Adequate price competition per FAR 15.404-1(b) (2) (i) is anticipated to determine price reasonableness. In order to ascertain adequate price competition, at least two or more offers must be received. If two or more offers are received, price analysis will be utilized to evaluate the price reasonableness of each offer. In accordance with FAR 15.404-1(b)(3), the preferred technique of comparing bid prices received in response to the IFB will be utilized for price reasonableness assessments. The Government may also compare the total evaluated price to an Independent Government Estimate (IGE). The Government intends to perform price analysis on only the lowest total priced bid. Adequate price competition will not exist with the receipt of only one offer; therefore, the Offeror may be required to provide data other than certified cost or pricing data in accordance with FAR 15.403-3. In accordance with DFARS 215.371-3, if only one offer is received the need for additional data through subsequent negotiations is eliminated if the CO can determine that the offered price is fair and reasonable and that adequate price competition exists. The provision DFARS 252.215-7008, Only One Offer (OCT 2013), and FAR 52.215-20, Requirement for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (Oct 2010) is included in this IFB. 20. The Government will use the FAR 14.408-6 order of priority in the event of two or more equal total low bids to establish which low bid the Government will conduct price analysis on. If the lowest price bid is found non-responsive to the IFB requirements and therefore ineligible for award, the Government may perform price analysis on the next lowest priced bid. This process will continue until a responsive low bid is found. 21. Offerors are cautioned against submitting a materially unbalanced offer. The Government shall analyze Offers to determine if they are unbalanced with respect to prices for separate items. Offers that are determined to be materially unbalanced may be rejected. An offer is mathematically unbalanced if it is based on prices which are significantly less than the price for some line items and significantly overstated in relation to the price for others. An offer is materially unbalanced if it is mathematically unbalanced and if there is a reasonable doubt that the offer would result in the lowest overall cost to the Government, even though it is the lowest evaluated offer; or, the offer is so grossly unbalanced that its acceptance would be tantamount to allowing an advance payment. 22. In accordance with FAR 14.101(e) and FAR 14.408-1(a) (3), an award will be made with reasonable promptness to that responsible bidder whose bid, conforming to the IFB, will be most advantageous to the Government, considering only the Total Evaluated Bid Price. Bidders shall complete the Bid Schedule (Attachment d. to this IFB) and submit with their bid in order to be deemed responsive to this Invitation for Bid. The completed Bid Schedule (Attachment d. to this IFB) will be used for evaluation purposes. 23. If this IFB is amended, all terms and conditions that are not amended remain unchanged. The bidder shall acknowledge receipt of any amendment to this request by the date and time specified in the amendment(s) by way of e-mail acknowledgement to the Contracting Officer, Capt Robert Lieder or Contract Specialists, Mr. Jared Gregory & Ms. Tacy Boje. The bidder shall also acknowledge receipt of any amendment to this request by the date and time specified in the amendment(s) by way of signing and returning the front page of each, or by indicating acknowledgement in Block 19 of the SF 1442. 24. All referenced documents for this IFB are electronically available and shall be supplied with the IFB. 25. Elaborate brochures or documentation, binding, detailed artwork, and other embellishments are not required nor desired by the Government for the purpose of adequately responding to this IFB. 26. Offerors are required to identify any conflict of interest or appearance issues that might be a potential Organizational Conflict of Interest. 27. Bid opening shall take place in Building 1604 at HAFB, MA in the Main Conference Room on 4 NOVEMBER 2025 at noon EST and all bids received will be opened at that time. The official time will be derived from the US Naval Observatory, which serves as the official source of time for the U.S. Department of Defense and a standard of time for the entire United States. Those submitting bids will be provided a link to view the bid opening online; in-person bid viewing/attendance for Offerors will not be permitted. 28. Oral presentations/bids will not be allowed. Attachments: IFB Cover Letter_Sitework and Paving IDIQ Renewal_30Sep2025 Attachment 01 - FY26 SP IDIQ - SOW - 23 Sep 2025 Attachment 02 Appendix 1 - Sitework and Paving Specs Attachment 03 Appendix 2 - HAFB Base Paving & Sitework Standard Details Attachment 04 Appendix 3 - HAFB Design Guide - V2 - 29 Nov 21 Attachment 05 Appendix 4 - HAFB Architectural Compatibility Plan - Jan 2013 Attachment 06 Appendix 5 - HAFB Landscape Standards - 06 27 2017 Attachment 06 Appendix 5 - HAFB Landscape Standards_Please request via DoD Safe Attachment 07 Appendix 6 - HAFB Contractor Env Guide Rev April 2025 (signed) Attachment 08 Appendix 7 - HAFB CNS Site Stormwater Control - Jul 2019 Attachment 09 Appendix 8 - HAFB Stormwater Management - Feb 2020 Attachment 10 Appendix 9 - HAFB Contractor HAZMAT SOP - Sep 2020 Attachment 11 Appendix 10 - HAFB SWMP 20250121 Attachment 12 - Davis Bacon Act WD MA20250001 16 May 2025 Attachment 13 FY26 S&P IDIQ - Bid Schedule Attachment 14 � Solicitation � Sitework and Paving FY26-FY30
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/78fd9d8c689d4edb80d6e6cbca58c7af/view)
 
Place of Performance
Address: MA 01731, USA
Zip Code: 01731
Country: USA
 
Record
SN07608330-F 20251002/250930230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.