Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2008 FBO #2385
SOURCES SOUGHT

Z -- Paving IDIQ Contracts

Notice Date
6/5/2008
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
FA5240-08-R-0006
 
Response Due
6/30/2008 4:30:00 PM
 
Point of Contact
Nicholas D Ngo,, Phone: 671-366-6610, David D Robledo,, Phone: 671-366-3472
 
E-Mail Address
nicholas.ngo@andersen.af.mil, david.robledo@andersen.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement; market survey for information to be used for preliminary planning purposes. The information received will be used within all Military and Federal Installations in Guam and the CNMI to facilitate the decision making process and will not be disclosed outside of the agency. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for 8(a), HUBZone, and/or Service Disabled Veteran Owned Small Businesses, or whether to issue as full and open competition (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. Andersen Air Force Base and Naval Facilities Marianas is seeking U.S. Small Business Administration (SBA) certified 8(a); HUBZone and/or Service Disabled Veteran-Owned Small Business sources with current relevant experience, personnel, and capability to perform a indefinite delivery/indefinite quantity (IDIQ) contract to build new, repair, or restore airfield runway paving, basewide road paving, paving for landing craft operational areas, paving for track or heavy load military vehicle operational areas, and related work. Work includes: 1) providing and installing new asphalt surface course, base course material, soil aggregate, manhole extension rings, catch basin extension frames, slurry seal including tack coat and or sealing cracks in existing pavement; as well as line striping/markings and/or reflective/thermoplastic tape pavement markings. (2) removing and disposing existing asphalt-concrete pavement, base material, topsoil and vegetation. (3) providing survey/layout services and/or providing laser/optical and mechanical grade control. The above general description of work does not in any way limit the responsibility of the Contractor to perform all work, plant, supervision, management, quality control, labor, tools, equipment, appliances and material and performance in strict accordance with the specifications, drawings, and subject terms and conditions of each task order and the main contract. Task orders for the multiple award contracts will be at various military and federal sites within Guam and the CNMI. While most projects will be located in Guam, the contract may have Task Orders for projects in other locations such as Rota, Palau, Saipan, and Tinian. The North American Industry Classification System (NAICS) Code is 237310 Highway, Street, and Bridge Construction, with a Small Business Size Standard of $31 million. Any proposed contract will be for one base year with 4 one-year options, resulting in the contract performance time of maximum 5 years. Task Order range is estimated between $5,000 and $10,000,000. Any resultant contract will be a Firm Fixed Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The magnitude of this contract is between $25,000,000 and $100,000,000 (Base Year + 4 Option Years). We intend to award multiple contract awards from the same solicitation. Interested parties should submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than close of business - 4:30 PM Chamorro Standard Time (GMT+10) on 30 June 2008. Oral communications ARE NOT acceptable in response to this notice. Sources shall include in their information: a detailed capabilities statement detailing their experience within the past three years of same or similar work described in this notice, a point of contact with phone and e-mail information; business status, business size based on NAICS 237310, and a positive statement of interest to submit a proposal. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be current/active in Central Contractor Registration (CCR) and Online Representation and Certification Application (ORCA). The CCR website is: http://www.ccr.gov/. The ORCA website is:http://orca.bpn.gov/. Submission of any information in response to this sources sought notice is completely voluntary. We will not make reimbursement for any costs associated with providing information in response to this notice. The primary points of contact for this notice are 2Lt Nicholas D. Ngo at e-mail nicholas.ngo@andersen.af.mil and Mr. David D. Robledo at email david.robledo@andersen.af.mil. The alternate point of contact is Mrs. Jan A. Mangubat at email jan.mangubat@andersen.af.mil. All written/e-mail responses should to be received by 4:30 PM Chamorro Standard Time (GMT+10) on 30 June 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fed978ccd5aa77f0b1961fa933da37c7&tab=core&_cview=1)
 
Place of Performance
Address: All Military and Federal Facilities in Guam and the CNMI, United States
 
Record
SN01587177-W 20080607/080605215335-fed978ccd5aa77f0b1961fa933da37c7 (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.