Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2013 FBO #4100
SOURCES SOUGHT

Z -- Repair Airfield/Base Paving Indefinite Delivery Indefinite Quantity (IDIQ) Contract

Notice Date
2/12/2013
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
FA4809-13-R-0006
 
Archive Date
3/13/2013
 
Point of Contact
SSgt Jason Endicott, Phone: (919) 722-5606, Kathryn Harshberger, Phone: (919) 722-5602
 
E-Mail Address
jason.endicott@seymourjohnson.af.mil, kathryn.harshberger@seymourjohnson.af.mil
(jason.endicott@seymourjohnson.af.mil, kathryn.harshberger@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. There is no solicitation at this time, nor will any award be made from this posting. A presolicitation notice will be synopsized prior to issuing any resulting solicitation. Interested and qualified 8(a), HUBZone, or Service Disabled Veteran Owned Small Business Concerns are being sought for market research purposes. 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. 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. The contract type will be a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) construction contract. 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 $49,000,000.00. The minimum amount per task order is $2,000.00 and the maximum amount per task order is $20,000,000.00. Interested and qualified 8(a), HUBZone, or Service Disabled Veteran Owned Small Business Concerns must respond to this sources sought synopsis as early as possible but not later than 14 calendar days of this notice. Responses must include: A) Source sought reference number FA4809-13-R-0006 in subject line if submitted via email or on title page if mailed; B) a copy of the firm's 8(a) or Hubzone certification issued by SBA; C) evidence of bonding capability on the bonding company's letterhead to the maximum magnitude of the project to include both single and aggregate totals; D) positive statement of the firm's intention to submit a proposal in response to a solicitation as a prime contractor; and E) a copy of the firm's capability statement. The statement should clearly describe: any teaming arrangements; evidence of recent (within the last three years) experience of work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact and telephone numbers. Responses are limited to a maximum of 10 single-sided pages, typed in no less than eleven-pitch font size. 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 SSgt Jason Endicott at (919) 722-5606; email jason.endicott@seymourjohnson.af.mil; secondary POC is kathryn.harshberger@seymourjohnson.af.mil. Negative responses are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-13-R-0006/listing.html)
 
Place of Performance
Address: Seymour Johnson AFB, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN02985553-W 20130214/130212234448-ceb75d5ea97c20c5e5b4517ae3b630f2 (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.