Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2006 FBO #1755
SOLICITATION NOTICE

Z -- Airfield Pavements Repair, 155th ARW, Lincoln, NE

Notice Date
9/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USPFO for Nebraska, 1234 Military Road, Lincoln, NE 68508-1092
 
ZIP Code
68508-1092
 
Solicitation Number
W91243-06-B-0001
 
Response Due
10/31/2006
 
Archive Date
12/30/2006
 
Small Business Set-Aside
N/A
 
Description
The Nebraska Air National Guard located at Lincoln, Nebraska and the USPFO for Nebraska intends to issue an Invitation for Bids (IFB) to award a firm fixed-price, combined lump sum/unit price contract for services, non-personal to provide for all lab or, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete the Aircraft Pavement Repairs, PN: NGCB 972366. Elements of work include, but are not limited to: all labor, equipment and material for the remo val and replacement of 10 and 18 airfield pavement and asphalt to a depth of as specified in the solicitation. The construction area is approximately 200 LF by 400 LF. The contractor will be required to work within the phasing requirements of the proje ct in order to maintain accessibility to the apron and run ways at all times. Route and sealing of joints and cracks includes approx. 60,000 LF. Site work for this project includes demolition, earthwork, concrete, asphalt, and line painting. Contract perf ormance period for construction services is 180 calendar days after Notice to Proceed is acknowledged. IAW FAR 36.204, the estimated price range is between $1,000,000 and $5,000,000. A single award will be made. The contract will be awarded under sealed b id procedures per FAR Part 14 as specified in the solicitation. This project is being procured on an unrestricted basis. Standard Industrial Classification (SIC) is 1542. North American Industry Classification System (NAICS) is 237310. The size standard fo r small businesses is $31 million annual receipt for the past 3 years. A single award is contemplated. Failure to submit an offer on all items shall result in rejection of the bid. This action is being procured on an UNRESTRICTED basis in accordance wi th the Small business C ompetitiveness Demonstration Program (Ref: FAR 19(c)(2). The HUBZone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the contractor is a large business and must be submitted with th e offer. The tentative date for issuing the solicitation is on-or-about 2 October, 2006. The tentative date for the pre-proposal conference is on-or-about October 12, 2006, 10:30 a.m. local time at the Lincoln Base Civil Engineering Office. All interested contractors are encourage d to attend and should be aware of the requirements for admission to the base. The solicitation closing date is scheduled for on-or-about October 31, 2006. Actual dates and times will be identified in the solici tation. Interested bidders must be registered in the DoD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are re quired to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. T he solicitation and associated information minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only from the Federal Technical Data Solution (FedTeDS) website on-line at https://www.fedteds.gov. A link to this site can be found under Plans at the solicitation website. N o telephone requests will be accepted. For security reasons, all potential bidders, plan rooms and printing companies are required to register in the Central Contractor s Registration (CCR) and the Federal Technical Data Solution (FedTeDS) in order to view or download the plans or drawings from the web site. DISCLAIMER: The official plans and specifications are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to the EBS page http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the bidders responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to variou s reasons. The Government is not responsible for any loss of Internet connectivity o r for a bidders inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of construction is the 155th Air Refueling Wing Air National Guard, Lincoln Municipal Airport, Lincoln, Nebraska . Point of Contact Carrie L. Hancock, 402-309-7541 Email your questions to USPFO for Nebraska at carrie.hancock@us.army.mil
 
Place of Performance
Address: 155th Air Refueling Wing Base Lincoln Municipal Airport Lincoln NE
Zip Code: 68508
Country: US
 
Record
SN01143898-W 20060916/060914221535 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.