Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2010 FBO #2976
SOURCES SOUGHT

Z -- Paving Requirements Contract

Notice Date
1/15/2010
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
Shaw_Paving_Requirement
 
Point of Contact
Brian D Hendrix, Phone: 803-895-5344, Ryan J Schnepf, Phone: 803-895-9424
 
E-Mail Address
brian.hendrix@shaw.af.mil, ryan.schnepf@shaw.af.mil
(brian.hendrix@shaw.af.mil, ryan.schnepf@shaw.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The 20th Contracting Squadron (20 CONS), Shaw AFB, SC has a requirement for a firm fixed-price, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract. Work shall consist of furnishing all labor, supplies, materials, supervision, transportation, equipment, and all else required to support the 20th CES, Base Civil Engineer paving requirements. The acquisition is for work associated with asphalt pavement installation or repair: Milling of pavements, demolition of pavements, excavation and grading, installation of storm drains and headwalls, installation or repair of base course, grading and compaction of sub-base, base and asphalt pavement, concrete driveways and sidewalks, segmental concrete block walls, marking of pavements, topsoil and grassing at Shaw AFB, SC, Poinsett Weapons Range, Wateree Recreation area or other related sites in South Carolina. The North American Industry Classification System (NAICS) code is 237310 Highway, Street, and Bridge Construction with a small business size standard of $33,500,000.00. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) system in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun & Bradstreet. Recommend registering immediately in order to be eligible for timely award. Work will be provided under multiple Firm-fixed price Delivery/Task Orders issued as provided in the parent IDIQ contract. During the contract period 20 CONS will issue individual task orders to the contractor to complete those jobs. The contractor will be required to furnish all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to manage and successfully accomplish each project. The contract period will be for a base one-year period with four (4) one-year option periods. The estimated maximum potential contract value is $25,000,000 over the term of the contract. The Government reserves the right not to exercise the option year periods. Response is solicited from (1) small business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (2) SBA certified small business HubZone firms; (3) service-disabled veteran-owned small business firms; (4) or any Small Business concern. If this procurement is limited to 8(a) certified businesses only eligible firms within the following region which includes South Carolina, North Carolina, Georgia, and Florida will be eligible. Any interested contractor shall submit a capabilities package to SSgt Brian Hendrix via email at brian.hendrix@shaw.af.mil, or SSgt Ryan Schnepf at ryan.schnepf@shaw.af.mil. Any information submitted is voluntary, request interested firms submit the following; (a) The NAME, ADDRESS, and PHONE NUMBER of the firm (including CAGE code). (b) A CAPABILITY STATEMENT [including (a) a summary of similar, recent (within the last three fiscal years) performance history (identify the name of the owner and its point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor, etc.) they performed the work], (c) Their SIZE STATUS (e.g., 8(a) including graduation date, HubZone, Service Disabled Veteran-owned, or Small Business concerns.) (d) The PERCENT OF WORK their firm can commit to accomplishing this work with in-house (not subcontracted) labor if awarded the project. (e) The INTEREST to qualify (e.g., prime contractor, teaming partner, joint venture, primary subcontractor.) Interested Contractors must provide the above information to the points of contact listed herein. Information shall be in sufficient detail for a decision to be made on the criteria previously mentioned. Electronic responses shall be provided no later than Monday, 1 February 2010. It is imperative that firms provide the required information for capabilities to be accurately evaluated. Failure to submit all information requested shall result in a contractor being considered "NOT INTERESTED" in this requirement. This request for information (RFI) notice is issued for planning purposes. This is NOT a Request for Proposal (RFP). Responses to this notice will assist the Government in identifying potential sources. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/Shaw_Paving_Requirement/listing.html)
 
Place of Performance
Address: Shaw AFB, Sumter, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN02043820-W 20100117/100115235813-eb90be0cc9fbdef4df2077d3cc2d1aee (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.