SOLICITATION NOTICE
Z -- REPAIR MASS PARKING APRON, SECTION IV; MINOT AFB, ND
- Notice Date
- 10/13/2020 8:39:29 AM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F21R0006
- Response Due
- 10/27/2020 12:00:00 PM
- Archive Date
- 11/11/2020
- Point of Contact
- Booker L. Jordan, Jr., Phone: 4029963711, Christine L. Wilson
- E-Mail Address
-
Booker.L.Jordan@usace.army.mil, christine.l.wilson@usace.army.mil
(Booker.L.Jordan@usace.army.mil, christine.l.wilson@usace.army.mil)
- Description
- On or about 9 November 2020, this office will issue Request for Proposal (RFP) for Repair Mass Parking Apron Section IV, (PN: QJVF1007861); Minot Air Force Base (AFB), North Dakota. �The solicitation will close on or about 9 December 2020. This solicitation is Unrestricted. All contractors must be registered and have an active and verified account in the System for Award Management (SAM) in order to receive a contract award from any DoD activity.� Contractors may access the Internet site at: https://www.sam.gov/ to register and/or obtain information about the SAM program.� Contractors must ensure that the applicable NAICS code 237310 - Highway, Street, and Bridge Construction is included in their profile prior to submission of offer. Project Description (approx. quantities): This is a Fully-Designed Project. Project will include the following: Remove approximately 36,000 Square Yards of PCC pavement varying in thickness between 15 inches and 18 inches and replace with approximately 36,000 SY of 18-inch PCC pavement. New PCC pavement shall conform to 32 13 14.13 CONCRETE PAVEMENT FOR AIRFIELDS AND OTHER HEAVY-DUTY PAVEMENTS with very stringent fine and coarse aggregate deleterious materials limits unique to military airfield pavement construction, weather severity classification of severe, enforcement of evaluation and testing for Alkali-Silica Reactivity per UFGS 32 13 14.13 requirements for both fine and coarse aggregates, Air Force durability requirement that aggregate shall have a satisfactory service record in freezing and thawing of at least 5 years successful service in three concrete paving projects or aggregate with durability factor of 50 or more when subjected to freezing and thawing of specimens prepared in accordance with ASTM C 1646/C 1646M and tested in accordance with ASTM C 666/C 666M, Procedure A for aggregates not having a satisfactory demonstrable service record. Removal of approximately 5,237 Square Yards of 2-inch hot-mix asphalt pavement, 2,250 square yards of 6.5-inch hot-mix asphalt and replacing with 5,237 SY of 2-inch hot-mix asphalt pavement and 2,250 SY of 6.5-inch hot-mix asphalt pavement conforming to UFGS 32 12 15.13 HOT-MIX ASPHALT AIRFIELD PAVING; Associated work includes the installation of preformed and poured joint sealant; removal & replacement of cathodic protection test pits; pavement marking; seeding and minor grading. The Contractor will be required to commence work within 10 days after Notice to Proceed (NTP) and complete the work in the proposed number of calendar days (Not to Exceed 304 calendar days) after receipt of NTP.� Provisions will be included for Liquidated Damages in case of failure to complete the work in the time allowed.� Performance and Payment Bonds will be required. The above project description is for information only. �Project scope of work is subject to change. RFP Evaluation Criteria: Firms participating in the solicitation will submit technical requirements in accordance with Section 00 22 00 PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION.� Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Construction Experience and Qualifications, Technical Approach, Key Personnel, Past Performance (Construction), and Small Business Participation).� An adjectival method of evaluation will be used to evaluate all technical factors.� Price will be evaluated separately for reasonableness and realism.� A Best Value selection will be considered after reviewing price and technical factors. The estimated construction cost of this project is between $10,000,000 and $15,000,000. �Bidders (Offerors): Please be advised of online registration requirement in the SAM, https://www.sam.gov/ and directed solicitation provisions concerning representations and certifications.� Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete.� The electronic annual representations and certifications are effective until one year from date of submission or update to SAM. �Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Contract Opportunities (Beta.SAM>Contract Opportunities) at https://beta.sam.gov/search?index=opp. Find solicitation announcement in Contract Opportunities (https://beta.sam.gov/search?index=opp): 1. Use the �Keywords� search function to locate the project (by entering the solicitation number) or use the advanced search features offered in the �Federal Organizations� (towards the middle of the page) or use the �Federal Organizations� search feature followed by the �Advanced Search� feature. 2. By using the �Sign In� feature, it allows additional search features and allows you to keep your searches. �Sign In might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on hyperlinked title of the solicitation to view the project. Files may be downloaded from the �Attachments/Links� section of the solicitation. Questions should be sent to the Contracting Specialist, Mr. Booker L. Jordan, Jr., at Booker.L.Jordan@usace.army.mil. Telephone calls will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2e1fdfb4e5194827983e99c17a9de0f3/view)
- Place of Performance
- Address: Minot AFB, ND 58705, USA
- Zip Code: 58705
- Country: USA
- Zip Code: 58705
- Record
- SN05825933-F 20201015/201013230134 (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 |