SOURCES SOUGHT
Y -- Pavement IDIQ
- Notice Date
- 1/22/2020 2:16:43 PM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- FA4419 97 CONF CC ALTUS AFB OK 73523 USA
- ZIP Code
- 73523
- Solicitation Number
- FA4419-20-Q-0008
- Response Due
- 2/11/2020 9:00:00 AM
- Archive Date
- 02/26/2020
- Point of Contact
- Jessica L. Watson, Phone: 5804817247, Michael J. Sherlock, Phone: 5804817027
- E-Mail Address
-
jessica.watson.7@us.af.mil, Michael.Sherlock@us.af.mil
(jessica.watson.7@us.af.mil, Michael.Sherlock@us.af.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- REQUEST FOR INFORMATION Airfield and Base Pavement IDIQ/Altus AFB/97th CONF is seeking information from industry that is a Service Disabled Veteran Owned Small Business to assist with the development and planning of a potential new requirement.� This is a SOURCES SOUGHT SYNOPSIS announcement and market survey.� THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. This project is intended to establish a Firm-Fixed Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contract with a Service Disabled Veteran Owned Small Business to provide project specific construction services, to include street paving, airfield runway and taxiway, curbs, handicap ramps, storm drainage, excavation, sidewalk construction, striping, joint and crack sealant type work. Location of performance would include: Altus Air Force Base, OK (AAFB) and Clinton-Sherman Airfield, Burns Flat, OK and the Sooner Drop Zone, McQueen, OK.� Task Orders will be issued as the need arises during the contract period. Requirements of construction services will be: Classification NAICS Code: 237310 � Highway, Street, and Bridge Construction Product/Service Code: Z1LB � MAINT, REPAIR, ALTER REAL PROPERTY NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under the applicable NAICS code (SB, 8(a), SDVOSB, HUBZone, EDWOSB, or WOSB). (b) Physical location of interested party. (c) A positive statement of your intention to submit a proposal for this contract as a prime contractor. (d) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles 3. Dollar amounts 4. Percent and description of work self-performed 5. Customer points of contacts with current telephone numbers. (e) Evidence of bonding capability. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested concerns. If adequate interest is not received from SB, 8(a), SDVOSB, HUBZone, EDWOSB, or WOSB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror. Response Guidelines: Interested parties are requested to respond to this RFI by submitting a capabilities package to the point of contact listed below. Submissions cannot exceed 5 pages, single spaced, 12-point type with at least one-inch margins on 8 1/2� X 11� page size.� The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response.� Responses must specifically describe the contractor�s capability to meet the requirements outlined in this RFI.� Oral communications are not permissible.� FedBizOpps (beta.SAM.gov) will be the sole repository for all information related to this RFI. Firms responding shall indicate their size in relation to the NAICS size standard stated above, and indicate socio-economic status/statuses. �SDVOSB, 8(a), HUBZone, EDWOSB, and WOSB firms will first be sought. If a response from two or more qualified firms are received for any of the categories, then this requirement may be set aside. Companies who wish to respond to this RFI should send responses via email no later than Tuesday, February 11th 2020 at 11am to jessica.watson.7@us.af.mil and michael.sherlock@us.af.mil Questions: Questions regarding this announcement shall be submitted in writing by e-mail to jessica.watson.7@us.af.mil and michael.sherlock@us.af.mil.� ��Verbal questions will NOT be accepted.� Answers to questions will be posted to FBO.� The Government does not guarantee that questions received after Tuesday, February 4th 2020 by close of business will be answered.� The Government will not reimburse companies for any costs associated with the submissions of their responses Disclaimer:� All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. �FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes�, is incorporated by reference in this RFI. �The Government does not intend to pay for information received in response to this RFI. �Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. �This RFI will be the basis for collecting information on capabilities available. �This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received in this RFI that is marked �Proprietary� will be handled accordingly.� In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Contracting Office Mailing Address: 97th Contracting Flight PKB ATTN: Jessica Watson 308 North 1st Street, Ste 2301 Altus, AFB OK 73523 Alternate point(s) of contact: (1)Michael Sherlock, Contracting Officer Phone (580) 481-7027, Fax (580) 481-7472, e-mail: michael.sherlock@us.af.mil (2) Stacey Hall, Contracting Officer Phone (580) 481-7303, Fax (580) 481-5138, e-mail: stacey.hall.3@us.af.mil (Please include all Points of contact on email correspondence) Place of Performance Address: Altus Air Force Base Oklahoma Postal Code: 73523 Country: USA
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dff387a3140f4dbc92e19b0e21bef104/view)
- Place of Performance
- Address: Altus AFB, OK 73523, USA
- Zip Code: 73523
- Country: USA
- Zip Code: 73523
- Record
- SN05540956-F 20200124/200122230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |