Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2018 FBO #6189
SOURCES SOUGHT

Z -- Asphalt and Paving

Notice Date
11/1/2018
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA448419R005
 
Archive Date
12/1/2018
 
Point of Contact
Sean A. Burney, Phone: 609-754-2837, Manuel Revilla, Phone: (609) 754-5146
 
E-Mail Address
sean.burney.1@us.af.mil, manuel.revilla@us.af.mil
(sean.burney.1@us.af.mil, manuel.revilla@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for Asphalt and Paving This Sources Sought notice is issued for planning purpose only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the Sources Sought, nor is any commitment on the part of the Government to award a contract implied. Responses to this notice will assist the Government in identifying potential sources for a specific set-aside(s) for the solicitation, and in determining whether or not this approach to securing contracting support is practicable. Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this Sources Sought. Responses to this notice will not be returned. The 87th Contracting Squadron (87 CONS) - Joint Base McGuire-Dix-Lakehurst (JB MDL), NJ is conducting market research to determine the existence of interested small business sources for North American Industry Classification System (NAICS) Code 237310 - Highway, Street, and Bridge Construction. The small business size standard is $36.5M. The purpose of this Sources Sought notice is to obtain information on qualified and experienced contractors interested in providing proposals for a multiple award Indefinite Quantity Indefinite Delivery procurement. Each contract awarded may contain a basic 12-month period and four 12-month option periods. The work consists of furnishing all labor, materials, equipment, transportation, fuel, supervision, and permits required for concrete and paving. This contract is for the repair and installation of new horizontal and vertical concrete work, asphalt paving, excavation, asphalt removal, leveling, grading, compaction, aggregate, applying tack coats, small call area work, drainage piping, culverts, catch basins, pavement striping, manholes, utility mark outs, and secondary electric mark outs for JB McGuire-Dix-Lakehurst, as specified by individual task order, in accordance with the technical specifications. The Description of the work will be identified in each individual task order. Individual task order values may range from $2,000 to $5,000,000. In accordance with FAR 36.204, the estimated magnitude of this construction project is: More than $10,000,000. All interested parties are invited to respond and prospective contractors must be registered in the System for Award Management (SAM) database at https://www.sam.gov/ before award of a government contract The following information is requested in this Sources Sought: 1. Company name, address, point of contact (poc), phone number, and POC email address; 2. DUNS Number and CAGE Code; 3. Company's Business size and Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor]; Potential teaming arrangements and delineation between the work that will be accomplished by the prime and the work accomplished by the teaming partner(s). Note: For general and heavy construction 15% of the cost of the contract, not including the cost of materials, must be performed by the prime contractor with its own employees. 4. Socioeconomic statuses (Small Business, Emerging Small Business, SBA Certified 8(a) Program Participant, SBA HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Veteran Owned Business, Woman Owned Business) as applicable. 5. Past performance examples for this category of work to include procuring agency, location, dolllar amount at project completion ( to include the number/value of modifications ), whether work was done as a prime contractor, type of contract (fixed price, cost reimbursement, labor hour, etc.) 6. Identify bonding capacity Interested contractors may provide the above information via e-mail to the address listed below. Information submitted must be in sufficient detail as to allow for a thorough government review of firm's interest and capabilities. This information is due no later than 16 Nov 2018 at 3:00 p.m. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA448419R005/listing.html)
 
Place of Performance
Address: Joint Base McGuire-Dix-Lakehurst, Joint Base McGuire-Dix-Lakehurst, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN05140871-W 20181103/181101230855-5467c75e874d0a1b6d099be927de6f64 (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.