Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2001 FBO #0006
PRESOLICITATION NOTICE

Z -- REPAIR AIRCRAFT PARKING APRON/REPAIR RUNWAY, MT HOME AFB, IDAHO

Notice Date
12/6/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
US Army Engineer District, Seattle - Military, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
DACA67-02-R-0208
 
Response Due
2/7/2002
 
Archive Date
3/9/2002
 
Point of Contact
Scott Britt, (206) 764-3517
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle - Military
(Scott.W.Britt@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA For all available information on this and all other current Seattle District Corps of Engineers projects, visit the Advertised Solicitations page of the Seattle District web site at http://www.nws.usace.army.mil/ct. Attention: This is a Pre-Solicitation notice, not a Request for Proposal. The upcoming solicitation for this project will be Web Only. This means that plans and specifications will be issued electronically via the Seattle District website at the approxima te date of January 7, 2002. No Compact Discs will be mailed to registered planholders, however, prospective bidders must register at: http://www.nws.usace.army.mil/ct to be notified via e-mail of changes and/or amendments to the solicitation. To insure that you are notified, check the accuracy of your email address. No phone, fax or email registration requests accepted. The Contract Specialist for this project is Nancy A. Gary ? nancy.a.gary@usace.army.mil, (206)764-3266. The Repair Aircraft Parking Apron portion of the project consists primarily of airfield pavement work at Mountain Home AFB, ID. It will require removal of approximately 72,500 SM of asphaltic concrete (ACC), Portland cement concrete (PCC), and base course on the Mobility Ramp, and replacing it with base course and PCC. Static grounding/tie-down points as well as temporary and permanent pavement marking on the ramp will also be included in the contract. Minor utility work will also be involved. The Repai r Runway portion of the project involves milling and overlaying approximately 11,500 LF of the asphaltic concrete runway. Approximately 1,000 LF of PCC on each end of the runway will also be removed and replaced. Minor electrical work will be required o n the runway lighting system to replace existing lights or light bases that are damaged. The performance period for the contract will be approximately 1 April 2002 through 1 November 2002 with further restrictions on various areas of the airfield within th is window. Construction phasing and operational safety are of primary concern on this project. Since there is only one active runway at Mountain Home AFB, the construction must be phased to impact operations as little as possible. A relocated threshold will be required to permit work on the runway PCC ends. Work on the runway proper will occur during a strict window when the Wing schedules a runway closure. This solicitation will be issued as an Electronic Bid Set (EBS), and will be available to downloa d on or about 7 January 2002 at: http://www.nws.usace.army.mil/ct. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The website is occasionally inaccessible due to ma intenance. The Government is not responsible for any loss of Internet connectivity or for an offeror?s inability to access the document posted at the referenced website. When you register, please do so as a Prime, Sub or Plans Room. Estimated dollar v alue is in the range of $10,000,000 to $25,000,000. The Standard Industrial Classification (SIC) Code has been replaced by the North American Industry Classification System (NAICS) Code. The NAICS code for this project is 234990 which is matched to SIC C ode 1629 Project is open to both large and small business. If you are a large business, you will be required to submit a subcontracting plan with goals for small, HUBZone small business, small disadvantaged (SDB), small woman-owned, small veteran-owned c oncerns (VOSB), and service-disabled veteran-owned small businesses (SVOB). For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $27.5 milli on. This will be a Request for Proposal, and a fixed-price contract will be negotiated as a result of this procurement. Visit the Corps of Engineers web site at http://www.nws.usace.army.mil, and for additional contracting oppor tunities, visit the Army Single Face to Industry at http://acquisition.army.mil/
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Engineer District, Seattle - Military ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN20011206/00001369-011207191049 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.