Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2020 SAM #6658
SOURCES SOUGHT

56 -- Tinker AFB Paving IDIQ

Notice Date
2/19/2020 12:54:41 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FA8137 AFSC PZIOC TINKER AFB OK 73145 USA
 
ZIP Code
73145
 
Solicitation Number
FA8137-20-R-5555
 
Response Due
3/5/2020 1:00:00 PM
 
Archive Date
03/20/2020
 
Point of Contact
Sharla Flowers, Phone: 405-739-3516, Meredith Hawk , Phone: 405-582-6133
 
E-Mail Address
sharla.flowers_brandon.1@us.af.mil, meredith.hawk@us.af.mil
(sharla.flowers_brandon.1@us.af.mil, meredith.hawk@us.af.mil)
 
Description
AFSC / PZIOC Tinker Air Force Base (TAFB), Oklahoma is publicizing this SOURCES SOUGHT notice to gather industry information with respect to a 10-year Paving Indefinite- Delivery Indefinite-Quantity (IDIQ) contract at TAFB. No solicitation is being issued at this time. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result. The Air Force will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation, including specifications and/or drawings, will be made available only on the betaSAM.gov website. Interested Parties are solely responsible for monitoring the aforementioned website for release of a solicitation package and/or any updates and/or amendments. The Government is seeking to identify qualified, experienced, and interested businesses capable of performing the type of work as described herein. The following North American Industry Classification System (NAICS) code applies to this request of information: 237310 (Highway, Street, and Bridge Construction, and Airfield Paving). The size standard for this NAICS code is $39,500,000.00. The description of work will be identified in each individual delivery order. Performance and payment bonds will be required per individual delivery order in accordance with Federal Acquisition Regulation Part 29. The proposed contract would consist of a multiple line item, firm-fixed-price with Economic Price Adjustment (EPA), indefinite- delivery, indefinite-quantity vehicle to execute a broad range of paving construction projects as well as airfield paving. Contractor will be required to furnish all materials, equipment, transportation, and personnel necessary to manage and accomplish projects. In general, contractors would be expected to accomplish a wide variety of tasks in the industry trade including, but not limited to: repair and replacement of asphalt and concrete pavements and associated items such as pavement markings, ADA compliance, and traffic control devices. Specific projects will include requirements for milling, profilograph testing, stringent material properties, and special quality control testing and personnel. The contractor shall be expected to respond and have the capability to respond to several Request for Proposals (RFP) in a short period of time and manage several construction projects simultaneously. All interested parties are invited to respond and must be currently registered in the System for Award Management (SAM) database (http://www.sam.gov/). The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement evolve from this preliminary planning process, it is anticipated that that a single award could be awarded, each for a term consisting of one base year plus NINE, 1-year option periods. Delivery Orders written against the contracts are anticipated to range between $2,000.00 and $5,000,000.00. The overall program value is still under consideration; however, at this point the magnitude of construction is $25,000,000.00 to $99,000,000.00 over the ten-year period. If your firm has an interest in proposing on future requirements as described above, please prepare and transmit a Capability Statement to: Sharla Flowers (405)739-3516 AFSC / PZIOC, 7658 5th St., Ste. 1, Tinker AFB, OK 73145; Or via email to sharla.flowers_brandon.1@us.af.mil no later than 3:00 PM CDT,� 5�March�2020. Capability Statements shall be limited to five (5) pages, Times New Roman, and 12 Font. At a minimum capability statement shall state skills, experience, and knowledge required to perform this type of work. Additionally, statements should include at least three successfully accomplished airfield paving contracts.� Include the following: 1.� Company name, address, point of contact (POC), telephone number, fax number, email address, CAGE Code, and DUNS Number. 2. Company�s business size and/or socioeconomic statuses (i.e. Large Business, Small Business, Emerging Small Business, SBA Certified 8A Program Participant, SBA Certified HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Veteran Owned Business, Woman-Owned Business). 3.� A listing of any government contracts held over the last three (3) years with at least two (2) paving contracts, and at least three airfield paving contracts. 4.� Company�s bonding capacity; single award capacity and an aggregate bonding capacity. The objective for this IDIQ contract is $20 million single award capacity and an aggregate of $50 million. 5.� If you are a small business, would you consider submitting a proposal as a prime contractor? 6.� What is the minimum and maximum dollar value project for which your firm would consider submitting a proposal? 7.� What are the most critical criteria that would distinguish one company�s capabilities from another?��� Explain. 8.� Do you have any other comments or suggestions that you would like to share with us?
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1082106c0736402aace49e70e9fd0a14/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN05566089-F 20200221/200219230145 (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 |
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.