COMMERCE BUSINESS DAILY ISSUE OF JUNE 20, 2001 PSA #2876
SOLICITATIONS
Z -- AIRCRAFT PARKING APRON AT THE NAVAL AIR STATION, LEMOORE, CALIFORNIA AND INDEFINITE QUANTITY CONTRACT TO REPAIR/MAINTAIN AIRFIELD AND ROAD PAVEMENTS AT TRAVIS AIR FORCE BASE, CALIFORNIA
- Notice Date
- June 18, 2001
- Contracting Office
- Commanding Officer, Engineering Field Activity West, 900 Commodore Dr, San Bruno, CA 94066-5006
- ZIP Code
- 94066-5006
- Solicitation Number
- P-201
- Response Due
- July 6, 2003
- Point of Contact
- Teresa Marshall, Contracting Officer, marshallta@efawest.navfac.navy.mil
- E-Mail Address
- click here to contact the Contracting Officer via (marshallta@efawest.navfac.navy.mil)
- Description
- This is a sources sought market survey synopsis seeking potential 8(a) firms that have an interest and the capabilities to submit an offer, as a prime contractor, on two future solicitations -- Construct an Aircraft Parking Apron at the Naval Air Station (NAS), Lemoore, California and an Indefinite Quantity Contract to Repair/Maintain Airfield and Road Pavements at Travis Air Force Base, California. The Aircraft Parking Apron at NAS Lemoore is estimated over $5,000,000 and requires expansion of the aircraft parking apron to Hangar 5 including a concrete apron, taxiway lighting, tiedown points, FLED power and site improvements. Performance and payment bonds will be required for the contract amount between $5,000,000 and $10,000,000. Firms with bonding capacity below this range may meet the bonding requirement by submitting an offer as a Joint Venture with another firm (agreement must be in place at time of offer) or team with their mentor if in the Mentor-Protege Program. Both proposed procurement will be issued for a firm fixed-price contract. All sources shall have the ability to acquire bonding as required. Interested sources shall provide the following information regarding their qualifications, capabilities and experience: 1) Financial Capability: Provide financial statement showing capability to manage a contract with a estimated value over $5,000,000; 2) Bonding: Provide maximum bonding capacity; 3) Past Performance: Provide references including contract numbers, points of contact, and telephone numbers for relevant (similar in scope and complexity) projects during the last three years. These may be Government or commercial; 4) Experience: Briefly describe the contracts or programs your firm has worked in the last 5-7 years showing experience in performing and overall management of similar types of contracts (similar in scope and complexity) and show the experience of key personnel (Project Manager, Superintendent, and QC Manager); 5) 8(a) Certification: Provide a self-certification that you are an 8(a) firm for this NAICS code and size standard. Also, please identify whether your firm is a women-owned, hubzone, or disabled veteran small business concern. This information is required in writing and failure to provide information on any of the criteria above (#1 through #5) will result in your firm being considered unqualified. This information must be submitted no later than 2:00 P.M., Local Time, 3 July 2001, to: Engineering Field Activity, West, Naval Facilities Engineering Command, Attention: Teresa Marshall, Code 0211TM, Building 205, 1st Floor, 900 Commodore Drive, San Bruno, CA 94066-5006. If adequate interest from qualified 8(a) firms is not received, these solicitations will not be issued under the 8(a) program. The North American Industry Classification System (NAICS) Code is 234110 with the related small business size standard of $11,500,000.
- Record
- Loren Data Corp. 20010620/ZSOL035.HTM (W-169 SN50P2Y6)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on June 18, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|