Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
MODIFICATION

Z -- Paving IDIQ for Base and Airfield Pavements

Notice Date
5/29/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
F41685-03-R-0006
 
Response Due
6/27/2003
 
Archive Date
7/12/2003
 
Point of Contact
David Hancock, Contracting Specialist, Phone 830-298-4861, Fax 830-298-4159, - Juanita Vasquez, Contracting Officer, Phone 830-298-5115, Fax 830-298-4159,
 
E-Mail Address
david.hancock@laughlin.af.mil, juanita.vasquez@laughlin.af.mil
 
Description
The Operational Contracting Office, Laughlin AFB, TX intends to procure an IDIQ to Repair Base and Airfield Pavements. The performance area is Laughlin Air Force Base, the Spofford Auxiliary Airfield, and the Laughlin Marina. Contract consists of, but not limited to the following principal items: construction, reconstruction, and repair of flexible and rigid pavements. Operations vary but may incorporate any of the following: Excavation preparation of pavement structure by lime stabilization of the subgrade; placing new stabilized aggregate base course; cement stabilization of existing base material; priming the flexible base material for a single or double bituminous surface courses consisting of Hot Mix Asphalt Concrete (HMAC) material; adjustment of existing utility valves, manholes and structures to conform to new pavement grades; new concrete curbs, and or curbs with gutters, sidewalks, and new storm inlets to include storm sewer pipes, road markings, sealing of concrete pavement random cracks, fog and slurry latex seals; new concrete pavement, repairing and removing concrete to include using epoxy resin concrete or Portland cement concrete, remove and replace joint sealing, repairing spalls, rubber and paint removal, airfield markings and all required markings. The proposed duration of the contract is for a basic period of two years with one option period of two years. The anticipated maximum amount of the proposed contract is estimated at up to $10 million for the life of the contract. The anticipated minimum guaranteed amount of proposed contract is estimated to be $20,000.00 for the life of the contract. This negotiated procurement will be accomplished by the Best Value Source Selection Method Performance Price Trade-Off under full and open competition procedures. Evaluations of each proposal will be accomplished utilizing the submitted (a) Technical Proposal (b) Price Proposal and (c) Past Performance Information. The Standard Industrial Code is 237310 and the size standard is $28,500,000. The solicitation package will be issued in the form of a Request for Proposal (RFP) and will be made available for downloading from the Internet (EPS Web-Site) address http://www.fedbizopps.gov. on or about 22 May 2003. The closing date is tentatively scheduled for on or about 27 Jun 03. The pricing vehicle (unit price book) for the proposed contract will be the RS Means cost data with the Del Rio area cost factor for material and labor separately applied plus a coefficient. The 2003 RS Means Del Rio area cost factor for material is 97.4% and 34.4% for labor. The contractor will be required to develop the statements of work and cost proposal for each project awarded against proposed IDIQ. It is the Government?s intent to include design-build requirements in the proposed contract as well. ALL INTERESTED PARTIES (INCLUDING 8(a) CONTRACTORS, WOMAN OWNED BUSINESS CONTRACTORS AND HUB-ZONE CONTRACTORS) ARE INVITED TO RESPOND. ALL PROSPECTIVE CONTRACTORS MUST REGISTER IN THE CENTRAL CONTRACTOR?S REGISTRATION DATABASE PRIOR TO AWARD OF A GOVERNMENT CONTRACT AND MUST HAVE COMPLIED WITH THE VETS 100 REPORTING REQUIREMENT. OFFERORS ARE FURTHER ADVISED THAT FAILURE TO REGISTER IN THE DOD CENTRAL REGISTRATION DATABASE WILL RENDER YOUR FIRM INELIGIBLE FOR AWARD.
 
Place of Performance
Address: LAUGHLIN AIR FORCE BASE, TEXAS,
Zip Code: 78843-5102
Country: United States
 
Record
SN00334170-W 20030531/030529213408 (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.