Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 06, 2017 FBO #5523
SOLICITATION NOTICE

Z -- Airfield and Street Paving IDIQ

Notice Date
1/4/2017
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581, United States
 
ZIP Code
79607-1581
 
Solicitation Number
FA4661-17-R-0001
 
Point of Contact
Stephen A. Aguero-cheek, Phone: 3256962272, Hilary Ince, Phone: 2106528075
 
E-Mail Address
stephen.aguerocheek@us.af.mil, hilary.ince@us.af.mil
(stephen.aguerocheek@us.af.mil, hilary.ince@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
1. Below is the proposed Pavements IDIQ Synopsis for the pre-solicitation notice to be posted on the FedBizOps website. 2. This acquisition is a competitive HUBZone Set-Aside. It will be a Firm Fixed Price Single Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract and the award will be made to a HUB Zone Business. This acquisition is being synopsized under North American Industry Classification System (NAICS) Code 237310. The small business size standard is $36.5M. All other firms are deemed ineligible to submit offers. 3. The work requirements to be performed by the contractor consist of repairing airfield (runway, taxiways, and parking ramp) and street (roads, driveways, parking lots) pavements (concrete and asphalt) at Dyess AFB, Texas. Work may include but is not limited to: concrete slab replacement, spall repair, crack repair, joint sealing, pavement markings, asphalt pavement section reconstruction, runway grinding, runway grooving, asphalt overlays, portland cement concrete and hot mix asphaltic concrete pavement section replacement, milling of asphalt and installation of asphalt overlays, installation of pavement markings, curbs and gutters, sidewalks, swales, surveying, and other pavement related work, in strict accordance with the plans and specifications. Active airfield repairs (runway, taxiways, within 100 feet of the active runway, etc.) will involve the contractor obtaining the active runway at 1800 hours, Friday, completing the necessary work, and returning control to the Government at 0600 hours, Monday. Whereas other airfield work (parking aprons, slabs not within the 100 feet of the active runway, etc.) may be done during the week in accordance with the prior scheduling. During the contract period, the Government will identify construction tasks required to complete each specific job. The Contracting Officer will issue individual Task Orders to the Contractor to complete those jobs. The Government reserves the right to utilize in-house forces to accomplish work however, the Government guarantees all task orders for work on this contract will be awarded to the Contractor. In-house work forces are defined as Government employees. Unit prices will be taken for a Base Year (year one) plus Four (4) Option Years. Work may include but is not necessarily limited to: 1) Portland cement concrete and hot mix asphaltic concrete pavement section replacement, 2) milling of asphalt pavement and installation of asphalt overlays, 3) installation of pavement markings, 4) spall repairs, 5) grinding of pavement surfaces, 6) joint sealant replacement, 7) Installing drainage structures. During the contract period, the 7th Civil Engineer Squadron will identify construction tasks required to complete each specific job and 7th Contracting Squadron will negotiate and issue individual task orders to the contractor to complete those jobs. The contractor will be required to be available every weekday with the exception of holidays to receive task orders and provide other management services related to accomplishing individual task orders. 4. Notice to Offerors: Funds are not presently available for this Project. 5. Place of Performance: Dyess Air Force Base, Texas. 6. Period of Performance and Magnitude: The performance period includes one (1) base year with four (4) option years. The estimated contract magnitude is between $25,000,000 and $100,000,000. 7. The Government intends to award on a Performance Price Trade-Off basis. The solicitation will be issued via Federal Business Opportunities (FedBizOps) at Https://www.fbo.gov/. No paper copies of the solicitation, specifications, plans or bidders mailing list will be issued from this office. Telephone requests will not be accepted. Prospective contractors must register on the FBO site in order to receive notification of changes to the solicitation. Prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for award. The SAM site is http://www.sam.gov. When the solicitation is downloaded, it is important to read the solicitation COMPLETELY, as there are milestones that MUST be met by the prospective offeror in order for the proposal to be considered responsive. There will be no preannouncement of when the solicitation will be available; however, the issue date for this solicitation is anticipated to be on or about 24 Jan 2016 with a closing date of 30 days after issuance. Points of Contact: A1C Stephen A. Aguero-Cheek, Contract Administrator, at (325) 696-2246, email stephen.aguerocheek@us.af.mil or Merry Sargent-Green, Contracting Officer, at (325) 696-3685, email: merry.sargentgreen@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/542c1e46a908225c5374ca827b5843e1)
 
Place of Performance
Address: 381 Third ST. BLDG 7238, Dyess AFB, Texas, 79607, United States
Zip Code: 79607
 
Record
SN04362976-W 20170106/170104234426-542c1e46a908225c5374ca827b5843e1 (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.