Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2006 FBO #1839
SOURCES SOUGHT

Z -- Airfield and Base Paving

Notice Date
12/7/2006
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA3089-07-R-0002
 
Response Due
12/29/2006
 
Archive Date
1/13/2007
 
Small Business Set-Aside
8a Competitive
 
Description
This is a sources sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Air Training & Education Command, 12th Contracting Squadron is seeking U. S. Small Business Administration (SBA) 8(a) sources located in the San Antonio Business District with current relevant qualifications, experience, personnel, equipment, and capability to perform a contract to provide Base Paving and Airfield Paving at Randolph AFB, Canyon Lake Recreation Area, Seguin and Hondo Airfields and Camp Bullis, Texas. This project is based on an Indefinite Delivery-Indefinite Quantity (IDIQ) contract for a base year and three one-year Option Periods. The magnitude of the proposed project is between $10M and $25M. The minimum guarantee amount of work to be ordered under the life of the contract is $200K. The contract will consist of issuing delivery orders generally valued between $25,000 to $1,000,000. The principal work is to construct, reconstruct, and repair of flexible and rigid pavements on the airfield, roads and sidewalk on the installation. Type of work will vary with the projects: excavation, preparation of pavement structures, stabilization of subgrade, placement of new aggregate base course and or cement stabilization of existing base materials, and priming the flexible base material for single or double bituminous surface courses consisting of Hot Mix Asphalt Concrete (HMAC) material. Other work can consist of: replacement and adjustment of existing utility valves and manholes, installing new concrete curbs and gutters, repair and installation of new sidewalks, storm inlets to include storm sewer pipes, install road marking, sealing of concrete pavement cracks and slurry latex seal, installing and repair new concrete on roads and airfield, replacement of joint seal, repairing spalls, rubber and paint removal, airfield markings. The construction work for this project will include all base roads, family housing roads, parking lots, taxiways, runways, and adjacent support work on the flightline. The North American Industry Classification System (NAICS) Code is 237310 with a Small Business Size Standard of $31.0 million. Interested sources are invited to respond to this sources sought announcement by providing the following information. Submit a maximum of five (5) projects (valued between $100K to $500K) describing the following: 1) Past Experience: Describe projects completed in the last three (3) years that are similar in size, scope, and complexity. For each of the completed contracts/projects submitted, provide the title, location, whether prime or subcontractor work, contract and subcontract value, type of contract, contract completion date, customer point of contact including phone number, percentage of self-performed work and narrative of work your firm performed, and the performance rating of the work. 2) Provide experience of qualified team members on relevant projects described in 1). 3) Bonding capacity: Provide surety?s name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Identify whether your firm is an SBA certified 8 (a), HUBZone, Service Disabled Veteran-Owned Small Business concern, or Other Small Business. Respondents will not be notified of the results of the evaluation. 12th Contracting Squadron will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Please respond to this sources sought announcement by 2:00 PM Dec 29, 2006 to 12th Contracting Squadron, 395 B Street West, Suite 2 Randolph AFB TX 78150-4525. You may email your response to jim.frye@randolph.af.mil if the contents are within three (3) megabytes in size. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants.
 
Place of Performance
Address: James Frye, Contract Specialist, Phone 210-652-5141 X3063, Fax 210-652-5135,, Email jim.frye@randolph.af.mil., Frank Melchione, Contracting Officer, Phone 210-652-5169 and FAX Number 210-652-7486 or 5135.
Zip Code: 78150-4525
Country: UNITED STATES
 
Record
SN01192460-W 20061209/061207220520 (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.