Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2012 FBO #3694
SOLICITATION NOTICE

Y -- REPAIR RUNWAY 11 END KEEL SECTION QVJF 100128 MINOT AFB NORTH DAKOTA

Notice Date
1/3/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-12-R-0013
 
Response Due
2/29/2012
 
Archive Date
4/29/2012
 
Point of Contact
Polina Poluektova, 402-995-2091
 
E-Mail Address
USACE District, Omaha
(polina.a.poluektova@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
On or about 24 January 2012, this office will issue Request for Proposals for construction of the REPAIR RUNWAY11 END KEEL SECTION, QJVF 100128, MINOT AFB, NORTH DAKOTA. The solicitation will close on or about 29 February 2012. This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. A tentative technical day/site visit date has been scheduled for 15 February 2012. A drive-by tour of the project site will occur in addition to a 3-4 hour technical presentation discussing concrete requirements involved with construction of the proposed runway in the summer of 2012. Provisions in the solicitation documents will provide detailed information (meeting place, time, points of contact, and access requirements). See 'Obtaining Solicitation Documents' below. Project Description: This is a Fully-Designed Project. The work consists of removing and replacing Runway 11 End concrete Keel Section and the entire Northwest Warm-Up Apron including associated asphalt shoulders. Approximately 30,000 CY of concrete will be required conforming to UFGS 32 13 11 CONCRETE PAVEMENT FOR AIRFIELDS AND OTHER HEAVY-DUTY PAVEMENTS with very stringent fine and coarse aggregate deleterious materials limits unique to military airfield pavement construction, weather severity classification of severe, enforcement of evaluation and testing for Alkali-Silica Reactivity per UFGS 32 13 11 requirements for both fine and coarse aggregates, Air Force durability requirement that aggregate shall have a satisfactory service record in freezing and thawing of at least 5 years successful service in three concrete paving projects or aggregate with durability factor of 50 or more when subjected to freezing and thawing of specimens prepared in accordance with ASTM C 1646/C 1646M and tested in accordance with ASTM C 666/C 666M, Procedure A for aggregates not having a satisfactory demonstrable service record. Work includes approximately 60,000 LF of preformed compression joint seal; placement of 2000 tons of asphalt conforming to UFGS 32 12 15 HOT-MIX ASPHALT (HMA) FOR AIRFIELDS; removal and replacement of Runway End 11 threshold lighting bar; removal and replacement of 13,000 LF of runway/taxiway edge light cable, conduit and counterpoise; 50 elevated and semi-flush runway/taxiway edge light, base & transformer installation; runway edge subdrain improvements; pavement marking; and minor grading. The above project description and approximate quantities are for information only. Project scope of work and associated quantities are subject to change. All potential contractors should be aware a housing shortage is the norm in the region due to the oil boom and high number of out of state workers residing in the state of North Dakota. All Prime Contractors should be aware local subcontractors and workers may also be in short supply due to the vast flooding and subsequent construction that occurred during the summer of 2011 in and around Minot, ND. RFP Evaluation Criteria Firms participating in the solicitation will submit technical requirements in accordance with Section 00 22 00 PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION. Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Relevant Construction Contractor Team Experience, Subcontractor's Qualifications and Construction Experience, Technical Approach/Key Personnel, Past Performance Construction and Small Business Participation Plan). An adjectival method of evaluation will be used to evaluate all technical factors. Price will be evaluated separately for reasonableness and realism. A Best Value will be considered after reviewing price and technical factors. The estimated construction cost of this project is between $10,000,000 and $15,000,000. Bidders (Offerors): Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database https://www.bpn.gov/ccr/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at https://orca.bpn.gov/. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (https://www.fbo.gov/). Find solicitation announcement in Fed Biz Opps (https://www.fbo.gov/) 1.Use the 'Quick Search' to locate the project (by entering the solicitation number) or use the advanced search features offered in the 'Find Opportunities' (large arrow in the middle of the page) or use the 'Opportunities' tab followed by the 'Advanced Search' tab. 2.By using the 'login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3.Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading 'All Files' or from the 'Packages' tab. 4.If you want other vendors, sub-contractors or contractors to contact you, click on the 'Interested Vendors' tab and then 'Add me to Interested Vendors' link at the bottom of the page. Questions regarding contractual matters should be made to the Contracting Specialist, Polina Poluektova, Contract Specialist at 402-995-2091. Telephone calls regarding Small Business matters should be made to: 402-995-2910. Telephone calls on contents of drawings and specifications should be made to the Project Manager, Chris Neuzil at 402-995-2783 or Specification Section, Douglas Larsen at 402-995-2181.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-12-R-0013/listing.html)
 
Place of Performance
Address: Minot AFB Minot AFB Minot ND
Zip Code: 58704
 
Record
SN02647571-W 20120105/120103233742-694c9aefebe3df0759a7e1c40bc278b1 (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.