SOURCES SOUGHT
Y -- Sources Sought for Airfield & Base Paving IDIQ at Luke AFB, Gila Bend AAF, & Barry Goldwater Range, AZ
- Notice Date
- 12/4/2015
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
- ZIP Code
- 85309
- Solicitation Number
- FA4887-16-RFI-PAVE
- Archive Date
- 1/19/2016
- Point of Contact
- Tiffany E. Draper, Phone: 6238562790, Joshua Wolery, Phone: 6238569665
- E-Mail Address
-
tiffany.draper.1@us.af.mil, joshua.wolery.2@us.af.mil
(tiffany.draper.1@us.af.mil, joshua.wolery.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The 56th Contracting Squadron, Luke AFB, Arizona is conducting market research to determine the existence of interested sources capable of providing all personnel, equipment, supplies, transportation, tools, materials, supervision, other items and non-personal services necessary to perform all operations required in connection with the Indefinite Delivery/Indefinite Quantity (IDIQ) Airfield and Base Pavement contract, that includes Airfield Rubber Removal for Luke AFB, Gila Bend Auxiliary Air Field, and Barry Goldwater Ranges, Arizona, as specified in the Project Description below. This is not a Request for Proposal, but instead a market research method to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small businesses in the following categories: Small Business, Certified 8(a), Certified HUB Zone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB) having the skills, capabilities, and bonding necessary to perform the described project are invited to provide feedback via email to Tiffany Draper at tiffany.draper.1@us.af.mil. The capabilities will be evaluated solely for the purpose of determining whether to set-aside for the small business community or to conduct the procurement under full and open competition. PROJECT DESCRIPTION The work may include, but is not limited to, the following: excavation; pulverization; milling; hauling; dumping; surface preparation; grading; placing base or cement treated courses; select fill, decomposed granite, river rock; herbicide; asphaltic concrete and asphalt overlays; asphalt; concrete; sweeping; grooving or grinding pavements; surveying; quality control, testing and providing results; sawcutting and routing; sealing of pavements; repair or replacement of existing concrete sidewalks, curb and gutter, aprons; airfield pavement slabs, joint seals and spalls; repair or replacement of airfield and base valves, catch basins; manholes; drains and culverts; trenching or excavation for installation of pipes and conduits; removal of paint and runway rubber (runway rubber removals) from airfield and base pavements by hydro-blasting; grinding; or biodegradable chemical; painting of stripes or markers on airfield and base pavements by truck mounted machine or portable push machine; Airfield paint markings shall conform to the requirements of Air Force Instructions 32-1042, STANDARDS FOR MARKING AIRFIELDS and Engineering Technical Letter (ETL) 04-02 (change 1). All work shall be accomplished in accordance with contract documents and most recent Federal and State regulations. Work is required for Luke AFB & Gila Bend AFAF, to include Barry Goldwater Ranges. The magnitude of the anticipated project is valued between $25,000,000 and $100,000,000. The anticipated aggregate not-to-exceed amount for this IDIQ contract is $50 million or five years (one base + four option years), whichever comes first. The NAICS Code is 237310, the size standard is $36.5 million, and the Federal Supply Code is Y1LB, Construction of highways, roads, streets, bridges, and railways. The planned minimum ordering minimum will be $2K and the maximum-ordering limit will be $1M. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. CAPABILITY STATEMENT The following requests are designed to apprise the 56th Contracting Squadron, Luke AFB, AZ, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages and should be included in one electronic document. 1) Respondent's company name, Data Universal Numbering System (DUNS #), Federal Cage Code, address, point of contact, phone number, and e-mail address. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. 2) Respondent's interest in bidding on the solicitation when it is issued. 3) Respondent's capability to perform a contract of this magnitude and complexity, to include identifying comparable work performed within the last five years. The Statement of Capabilities shall demonstrate the skills, experience, knowledge, and capabilities necessary to perform airfield paving, roadway paving, and airfield rubber/paint removal as specified in the project description above. Provide a brief description of the self-performed project, contract number, customer name and contact information, timeliness of performance, customer satisfaction, and dollar value of the project - provide no more than 10 examples. Also, indicate if the contract was an IDIQ type contract. 4) Respondent's type of small business (8(a), HUBZone, Service Disabled Veteran Owned, Women Owned, or Small Business) under NAICS 237310 - $36.5M size standard. Identify whether your business has a basified office in Arizona. 5) Respondent's Joint Venture information if applicable - existing and potential. 6) Respondent's Bonding Capability in the form of a letter from Surety letter to include single and aggregate amounts. Capability statements are due no later than 2:00 PM MST on Monday, 4 January 2016. Responses may be e-mailed to the primary point of contact listed below. Primary Point of Contact: Tiffany E. Draper Contract Specialist tiffany.draper.1@us.af.mil Phone: 623-856-2790 Secondary Point of Contact: Joshua Wolery Contracting Officer joshua.wolery.2@us.af.mil Phone: 623-856-9665 The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the 56th Contracting Squadron in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for or return information submitted. Respondents will not be notified of the results of the market research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/FA4887-16-RFI-PAVE/listing.html)
- Place of Performance
- Address: Luke AFB, Gila Bend Auxiliary Air Field, & Barry Goldwater Range, AZ, Luke AFB, Arizona, 85309, United States
- Zip Code: 85309
- Zip Code: 85309
- Record
- SN03961097-W 20151206/151204234331-e3a1b90f47b27489b83d4a826e5cf81b (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 |