SOLICITATION NOTICE
Y -- REPAIR DELTA HAMMERHEAD, QJVF 10-0120, MINOT AFB, NORTH DAKOTA
- Notice Date
- 1/21/2015
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F15R0024
- Response Due
- 2/5/2015
- Archive Date
- 3/22/2015
- Point of Contact
- Donna Larson, 402-995-2066
- E-Mail Address
-
USACE District, Omaha
(donna.r.larson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- On or about 5 February 2015, this office will issue Request for Proposal for construction of the REPAIR DELTA HAMMERHEAD, QJVF 10-0120, MINOT AFB, NORTH DAKOTA. The solicitation will close on or about 5 March 2015. This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. A tentative technical day/site visit date at Minot AFB has been scheduled for 18 Feb 2015. 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 2015. 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 Delta Hammerhead and including associated asphalt shoulders. Approximately 8,250 CY of 18 inch PCC pavement 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. Associated work includes placement of 750 tons asphalt (2 inch thickness) conforming to UFGS 32 12 15.13 HOT-MIX ASPHALT (HMA) FOR AIRFIELDS; preformed and poured joint sealant; remove and replace 1,000 LF of edge light cable, conduit and counterpoise; 20 elevated & semi-flush taxiway edge light, base and transformer installation; pavement markings; temporary displace threshold markings; temporary threshold lighting and temporary PAPI at the temporary displaced threshold location and minor grading. All construction work described above will be completed in a very short time frame (4-5months). 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 that 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 tight construction market in 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 $3,000,000 and $5,000,000. Bidders (Offerors): Please be advised of online registration requirement in the System for Award Management, www.SAM.gov and directed solicitation provisions concerning representations and certifications. 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, Donna Larson, Contract Specialist at 402-995-2066. 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/W9128F15R0024/listing.html)
- Place of Performance
- Address: Minot AFB, ND 210 Missile Ave Minot AFB ND
- Zip Code: 58705
- Zip Code: 58705
- Record
- SN03621096-W 20150123/150121235026-7f0b3dc7c9d5440922e0cec2a0168f13 (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 |