SOURCES SOUGHT
99 -- Repair Aircraft Systems and Restripe Runway - Homestead ARB, FL
- Notice Date
- 9/9/2020 10:01:28 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-20-ARB-HOMESTEAD
- Response Due
- 9/16/2020 12:00:00 PM
- Archive Date
- 10/01/2020
- Point of Contact
- Esther Kim
- E-Mail Address
-
esther.kim@usace.army.mil
(esther.kim@usace.army.mil)
- Description
- Design Bid Build. Provide a fully functional, state of the art aircraft arresting systems for the runway. This project will accomplish all work required to complete the 10-year Overhaul for the existing BAK-12 AAS. Project will replace the deteriorated BAK-12 shelters with new, frangible shelters. Tape tubes will be replaced. BAK-14s will be retrofitted with BAK-14Ms. Existing road surface from the taxiway to BAK-12 shelters will be paved. The E-5 cables in the overruns will be replaced with MB100.10.C bidirectional textile brake and hook cable arresting systems. Concrete tape sweeps and bypass roads for the textile brake systems will be placed. Project to include the restriping of the runway to return the runway to its current markings in well-marked condition after both thresholds have been relocated and returned to normal. Construction and AAS installation work will conform to the requirements of AFI32-1043, Managing, Operating and Maintaining Aircraft Arresting Systems, and applicable Technical Orders. Displaced thresholds, temporary marking and lighting are required when construction work is performed at each end of the runway. Phasing of work for this project shall be the responsibility of the contractor and will need to be coordinated with the Airfield Manager. Contract duration is estimated at 365 calendar days. The estimated cost range is between $1,000,000 and $5,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business contractors should respond to this survey via email by Wednesday, September 16, 2020 by 3:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Description of Experience � Provide descriptions your firm�s past experience on three (3) projects with greater than 95% construction complete or those projects completed within the last seven (7) years which are similar to this project in size, scope, and served as the prime contractor. Provide documentation demonstrating experience for construction of similar type buildings and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the construction. Provide documentation demonstrating experience for projects of similar type projects. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. a. Projects similar in Scope to this project included: Construction experience (new or renovation) on an active airfield including aircraft arresting systems; airfield runway, taxiway, and apron paving projects; fuel hydrant distribution systems; or other major airfield systems. b. Based on definitions above, for each project submitted include: i. Current percentage of construction complete and the date when it was or will be completed. ii. Size of the project iii. Scope of the project iv. The dollar value of the construction contract v. The type and percentage of work that was self-performed as project and/or construction management services or physical construction type work. Must be at least 15% self-performed. vi. Identify the number of subcontractors by construction trade utilized for each project. vii. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses and any questions to Esther Kim at esther.kim@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.beta.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website https://www.beta.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from www.beta.SAM.gov. Refer to www.beta.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d317af8282714bcb868bf5c0416349aa/view)
- Record
- SN05792276-F 20200911/200909230150 (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 |