Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2003 FBO #0489
SOLICITATION NOTICE

Z -- Repair Airfield/Base Pavements Indefinite Delivery Indefinite Quantity (IDIQ)

Notice Date
4/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
F31610-03-R0005
 
Archive Date
9/30/2003
 
Point of Contact
Schondra Richardson, Contract Specialist, Phone 919-722-5409 ext.255, Fax 919-722-5404, - Imelda Reantaso, Contract Specialist, Phone 919-722-5409 ext 250, Fax 919-722-5404,
 
E-Mail Address
schondra.richardson@seymourjohnson.af.mil, imelda.reantaso@seymourjohnson.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Work consists of providing all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to complete Repair Airfield/Base Pavements at Seymour Johnson AFB, NC. The work involved includes, but is not limited to, asphalt pavement repair and/or replacement, walk repair and/or replacement, concrete pavement repair and/or replacement, curb and gutter repair and/or replacement, clearing and grubbing, excavation, fill, aggregate base course, milling of bituminous pavement, inlets, catch basins, drainage pipe, pavement markings, seeding, trees and shrubs, soil erosion and control, railroad work and airfield and street lighting. All work shall be in strict compliance with the specifications of the contract and specifications and drawings for each task order. This will be a Firm-Fixed-Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) construction contract. The performance period is one (1) base year with two (2) option years. The guaranteed minimum contract amount including all options is $750,000.00 and the maximum contract amount is $24,000,000.00. The minimum amount per task order is $25,000.00 and the maximum amount per task order is $4,000,000.00. This action is being considered for 100 percent set-aside for HUBZone small business concerns. Interested HUBZone small business concerns should indicate interest to the Contracting Officer, in writing, as early as possible but not later than 5 calendar days of this notice. As a minimum the following information is required: (a) a copy of the certificate issued by SBA of your qualifications as a HUBZone concern; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of recency and experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers; (d) evidence of bonding capability to the maximum magnitude of the project to include both single and aggregate totals. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested and qualified HUBZone concerns. Failure to submit all information requested will result in a contractor not being considered as an interested and qualified HUBZone concern. A decision on whether this requirement will be pursued as a HUBZone small business set-aside or on an unrestricted basis will be posted on EPS within 2 calendar days after the 5 calendar days have expired. The project magnitude is estimated to be more than $10,000,000.00. The applicable North American Industry Classification System (NAICS) code is 237310 with a small business size standard of $28,500,000.00. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. Past performance is significantly more important than price. It is anticipated the solicitation will be issued electronically on or about 1 May 03 on the Federal Business Opportunities web page at http://www.eps.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or .exe.), MaxView/SourceView.exe, Autocad. More information concerning these viewers can be found on the EPS website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Primary POC is Schondra Richardson at (919) 722-5409; email: schondra.richardson@seymourjohnson.af.mil. A small business subcontracting plan (with separate goals with small business, HUBZONE small business, small disadvantaged business, and woman-owned business concerns) will be required and accepted by the government prior to and included in the award of this project if it is made to a Large Business concern.
 
Place of Performance
Address: Seymour Johnson AFB North Carolina
Zip Code: 27531
Country: USA
 
Record
SN00292801-W 20030403/030401213419 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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.