Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2010 FBO #3003
SOURCES SOUGHT

Z -- Repair Airfield and Base Pavements

Notice Date
2/11/2010
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, North Carolina, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-10-R-0009
 
Point of Contact
Matthew r Rowe, Phone: 919-722-5405, Bobbie White, Phone: 919-722-5602
 
E-Mail Address
matthew.rowe@seymourjohnson.af.mil, bobbie.white@seymourjohnson.af.mil
(matthew.rowe@seymourjohnson.af.mil, bobbie.white@seymourjohnson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis to Repair Airfield/Base Pavements at Seymour Johnson AFB, (Wayne County) NC. This action is being considered as a possible set-aside for 8(a), HUBZone, or Service Disabled Veteran Owned Small Business Concerns. Note: Repair Airfield/Base Pavements at Seymour Johnson AFB has been set-aside for HUBZone firms in previous solicitations, and is currently being performed by a HUBZone small business concern. In the event this sources sought synopsis generates response from two or more qualified/eligible HUBZone small business concerns, the intent of the Contracting Officer is to issue the upcoming solicitation as a HUBZone set-aside. Work consists of furnishing all plant, labor, equipment and material, and performing all work in connection with the Repair Airfield/Base Pavements at Seymour Johnson AFB, NC. The work involved includes, but is not limited to, asphalt pavement repair and/or replacement, walk repair and/or replacement, concrete pavement repair and/or replacement, curb and gutter repair and/or replacement, clearing and grubbing, excavation, fill, aggregate base course, milling of bituminous pavement, inlets, catch basins, drainage pipe, pavement markings, seeding, trees and shrubs, soil erosion and control, railroad work and airfield/ street /area lighting. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. This will be a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) construction contract. The project magnitude is over $10,000,000.00. The applicable North American Industry Classification System (NAICS) code is 237310 with a small business size standard of $33,500,000.00. The performance period is one (1) base year with four (4) option years. The guaranteed minimum contract amount including all options is $3,000.00 and the maximum contract amount is $35,000,000.00. The minimum amount per task order is $2,000.00 and the maximum amount per task order is $4,000,000.00. This action is being considered for 100 percent set-aside for 8(a), HUBZone, or Service Disabled Veteran Owned (SDVOB) small business concerns. Interested 8(a), HUBZone, and SDVOB small business concerns should indicate interest to the Contracting Officer, in writing, as early as possible but not later than 5 calendar days of this notice. As a minimum the following information is required: (a) a positive statement of your intention to bid on this contract as a prime contractor; (b) evidence of experience of work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact and telephone numbers; (c) evidence of bonding capability for the maximum contract amount of the project to include both single and aggregate totals. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested and qualified 8(a), HUBZone, and SDVOB concerns. Failure to submit all information requested will result in a contractor not being considered as an interested and qualified 8(a), HUBZone, or SDVOB concern. A decision on whether this requirement will be pursued as a small business 8(a), HUBZone, or SDVOB set-aside or on an unrestricted basis will be posted on the Federal Business Opportunities web page at http:www.fbo.gov within 2 calendar days after the 5 calendar days have expired. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. The best value is the most advantageous offer, price, and other factors considered, which is consistent with the Government's rated importance of evaluation criteria. It is anticipated the solicitation will be issued electronically on or about 30 Mar 2010 on the Federal Business Opportunities web page at http:www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbant upon the interested parties to review the FBO site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or.exe.), or Autocad. More information concerning these viewers can be found on the FBO website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. All prospective contractors submitting an offer in response to the subject solicitation must go to www.bpn.gov to add/update its ORCA record. Oral communications are not acceptable in response to this notice. This sources sought notice should not be construed in any manner to be an obligation to issue a requirement, a contract, or result in any claim for reimbursement of costs for any effort expended in responding to this request. The Government will not reimburse contacts for any cost(s) incurred for participation in this survey. Primary POC is Matthew Rowe at (919) 722-5421; email matthew.rowe@seymourjohnson.af.mil; secondary POC is bobbie.white@seymourjohnson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-10-R-0009/listing.html)
 
Place of Performance
Address: Seymour Johnson AFB, Goldsboro, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN02063725-W 20100213/100211235148-de3ffe2a7220f740e1b29290dcb17705 (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.