Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2018 FBO #5983
SOURCES SOUGHT

Y -- FY19 PN92743, Repair Bucholz Army Airfield, Kwajalein Island, U.S. Army Kwajalein Atoll

Notice Date
4/9/2018
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-18-Z-0004
 
Point of Contact
Curtis C. Chang, Phone: (808) 835-4376, Jennifer Ko, Phone: (808)438-8564
 
E-Mail Address
Curtis.C.Chang@usace.army.mil, jennifer.i.ko@usace.army.mil
(Curtis.C.Chang@usace.army.mil, jennifer.i.ko@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis (market survey). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential design-bid-build construction solicitation for the FY19 PN92743, Repair Bucholz Army Airfield, Kwajalein Island, U.S. Army Kwajalein Atoll. Project Description: FY19 PN92743, Repair Bucholz Army Airfield, Kwajalein Island, U.S. Army Kwajalein Atoll. This firm-fixed price design-bid-build (DBB) SRM project include repairs to airfield pavement at Runway, Taxiways, Hot Spot Apron, Operations Apron; airfield pavement markings; airfield lighting system; a Navigational Aid building; airfield electrical and telecommunication distribution system including the telecommunication maintenance man-holes and duct lines. Repair may also include repairs to features directly impacted by pavement operations, such as potable and non-potable water line systems, lined water catchment systems, and drainage systems. The airfield pavement repairs include both Asphalt (AC) Pavement, and Portland Cement Concrete (PCC) Pavement. The magnitude of this project is estimated to be between $150M and $300M. Interested PRIME CONTRACTORS shall submit the following: (1) Your intent to submit a proposal for this project when it is formally advertised. (2) Name of firm with address, phone and point of contact. (3) DUNS/CAGE code, registered in System for Award Management (SAM) at www.sam.gov (4) Bonding capability for single contract action in the magnitude of this project. (5) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in performing similar projects, up to three (3) past projects for which your firm was the prime contractor. The SOC should be no more than two pages in length. (6) In addition to Statement of Capability, provide answers specifically to the following questions: a. On how many projects, within the last five (5) years, has your company performed AC and PCC airfield paving work and/or airfield lighting work over $50Million; I. As a prime contractor? ii. As a Subcontractor? iii. For a commercial airport? Name of Airport(s)? iv. For a military base? Name of base(s)? b. Has your company ever: I. Performed AC and/or PCC airfield construction with an on-site batch plant? ii. Performed AC and/or PCC airfield construction with an on-site batch plant in remote location, such as Kwajalein Atoll? iii. Performed AC airfield construction with an on-site AC batch plant using on-site Recycled Asphalt Material? iv. Performed airfield AC mill and overlay work? v. Performed large airfield paving project that phased Runway repair to allow continuous airfield operations around the construction area? vi. Performed large construction project work that are over $150M in value in remote location, such as Kwajalein Atoll? vii. Performed any projects with the US Army Corps of Engineers? viii. Constructed a NAVAID building? ix. Worked with a concrete mixed predominantly consisting of all crushed coarse basalt aggregate? Firms responding to this sources sought, who fail to provide ALL of the required information requested, will NOT be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-18-Z-0004/listing.html)
 
Place of Performance
Address: Kwajalein Island, U.S. Army Kwajalein Atoll, Marshall Islands
 
Record
SN04882428-W 20180411/180409230540-c3a8e422061a9746babd5022e25ff3ca (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.