Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
MODIFICATION

Y -- Repair North Runway 12L-30R, Ali Al Salem Air Base, Kuwait

Notice Date
7/25/2012
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU12R0041
 
Archive Date
9/15/2012
 
Point of Contact
Michelle J Bertoline, , Denise M Detitta, Phone: 215-656-6775
 
E-Mail Address
michelle.j.bertoline@usace.army.mil, Denise.M.DeTitta@usace.army.mil
(michelle.j.bertoline@usace.army.mil, Denise.M.DeTitta@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The original synopsis dated July 6, 2012 is hereby modified as follows: A site visit is scheduled for August 14, 2012 at 10:00 am. If you wish to attend please contact Wael Jabaiti by cell phone at 011-965-9786-5594, Direct Line at 9-11-965-2389-3016, DSN 318-430-3016 or by email at Wael.F.Jabaiti@usace.army.mil no later than August 6, 2012. Or please contact William Tickell by cell phone 9-011-965-9721-1825, Direct Line at 9-011-965-2589-3312, DSN 318-430-3312 or by email at William.L.Tickell@usace.army.mil. In order to obtain a one day pass to Ali Al Salem, bidders need to submit a copy of the following: Passport, Visa and Civil ID (copy of civil ID is required for personnel residing in Kuwait only). It takes approximately 4 days to process the access pass requests, so it's recommended to submit required documentation 7 days priors to date of site visit. Citizens of the following countries are not allowed access to Ali Al Salem; Iran, Cuba, Libya, Syria, Jordan, Iraq, Sudan, Yemen, Palestine, North Korea and Lebanon. Also, the Plans and Specifications will NOT be posted to the www.fbo.gov website and interested firms are not required to complete an ACCESS REQUEST FORM which was previously posted under this synopsis. In order to obtain the plans and specifications all interested firms must send a written request for the plans and specifications, by email, to BOTH Michelle Bertoline at Michelle.J.Bertoline@usace.army.mil ; phone number 215-656-6914 and Denise DeTitta Denise.M.DeTitta@usace.army.mil ; phone number 215-656-6775. The request must state the name of the firm, point of contacts and their email addresses, DUNS number, mailing address, telephone and fax numbers, and must reference the solicitation number W912BU12R0041. Once Plans and Specifications are available they will be sent to the email addresses electronically. NOTE, the Plans and Specifications will only be provided to the Prime Contractors and will NOT be provided to subcontractors, suppliers, plan rooms or vendors. The Plans and Specs will not be available through the internet. Subcontractors, suppliers and vendors may request a copy of the Plan Holders list after the RFP is issued in order to contact the prime contractors regarding business opportunities. The Plans and Specs will be issued on or about 30 July 2012 with a proposal due date of on or about 31 August 2012. Performance and Payment Bonds will be required in the amount of 20% of the contract price. Repair of the north runway consists of having the entire asphalt center section milled and replaced by a new asphalt overlay. All visible cracks will be sealed after milling operations and prior to the placing of the overlay; full depth replacement of the concrete "Keel" section on the 30R landing zone; removal and replacement of existing joint sealants in the Landing Zone for both the 12L and the remaining portion of 30R. Removal and replacement of worn asphalt shoulders where needed. This project includes all pavement striping and markings to produce a complete and usable runway. This acquisition will utilize the best value source selection process with the intent to award one contract to one responsible offeror whose proposal, conforming to the Request for Proposal (RFP), is the lowest price technically acceptable (LPTA). The evaluation factors are: Factor 1 -Experience and Initial/Preliminary Schedule, Factor 2 - Key Personnel, Factor 3 - Past Performance, Factor 4 - Management Plan, and Factor 5 - Price. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and is the lowest price technically acceptable. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS code for this project is 237310 with a size standard of $33.5 million. Estimated cost range of the project is $1,000,000 to $5,000,000 USD. The expected period of performance is 270 calendar days. Issue date for the Request for Proposal is on or about 31 July 2012 with proposals due by 2:00 p.m., local time, on or about 31 August 2012. Complete evaluation criteria will be conveyed within the RFP. The contract is to be awarded on a Firm-Fixed Price basis only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU12R0041/listing.html)
 
Place of Performance
Address: Ali Al Salem Air Base, Kuwait, Kuwait
 
Record
SN02815573-W 20120727/120726000736-6e09561f516793048cbaa18f24444095 (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.