Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
MODIFICATION

Z -- Paving

Notice Date
6/15/2004
 
Notice Type
Modification
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-04-R-0015
 
Response Due
6/28/2004
 
Archive Date
7/13/2004
 
Point of Contact
Graciela Fernandez, Contract Specialist, Phone 210-671-1721, Fax 210-671-5063, - Jimmy Toscano, Contract Specialist, Phone (210)671-1716, Fax (210)671-3179,
 
E-Mail Address
graciela.fernandez@lackland.af.mil, jimmy.toscano@lackland.af.mil
 
Description
This is a synopsis to procure an IDIQ for repairs and construction of base roads and pavement at Lackland AFB, TX. The performance area is Lackland Air Force Base, Lackland Training Annex, Kelly Field Annex and Camp Bullis. This announcement constitutes the synopsis only. A solicitation will be issued as a Request for Proposal (RFP). NAICS Code: 237310; size standard is $28.5 Million. This solicitation is open to both large and small businesses in accordance with, Small Business Competitiveness Demonstration Program, and the Federal Acquisition Regulation (FAR). The solicitation will be posted in the near future. The work required to be performed by the contractor consist of but not limited to the following principal items: Repair and construction of flexible and rigid pavements including roads, streets, parking lots, open storage areas, sidewalks, airfields, and running tracks. Work includes but is not limited to the following: Clearing and grubbing, brush removal and tree removal associated with specific construction projects. Demolition and removal of existing concrete sidewalks, curbs, asphaltic pavements and miscellaneous concrete structures. Excavation of cohesive and cohesionless soils for preparation of roadway subgrade and for installation of associated underground utilities, open drainage swales and foundation structures. Provide and place select materials such as topsoil, select structural fill, sand, gravel, or crushed aggregate base. Stabilization of subgrade materials and base courses with lime, portland cement or asphaltic cement as required. Use of surfacing materials such as prime coats, tack coats, slurry seals, bituminous seal coats, hot mix asphaltic concrete, polyurethane athletic surfaces and acrylic tennis court surfaces. Construction of portland cement sidewalks, service drives, curb and curb and gutter and miscellaneous concrete structures including all form work and reinforcing. Construction of storm drains, inlets, culverts, junction boxes and associated structures. Relocation of site utilities including water lines, gas lines, and sprinkler systems and associated appurtenances. Installation of conduit and manhole systems for underground communications and electrical service. Adjustment of existing valves, fire hydrants and manholes to match final grading requirements. Application of pavement markings including paint, adhesive tape and thermoplastic pavement markings. Installation of new and relocation of existing traffic control signs. Establishment of turf by sodding, seeding or hydromulch. Repair of airfield pavement surfaces and rigid pavement systems. Rubber and paint removal from airfield pavements. A unit price bid schedule is anticipated with contract line items inclusive of all mobilization, transportation, execution of work, testing, clean up, demobilization, and any incidental environmental support documents required (i.e. provision of Storm Water Pollution Prevention Plans and performing laboratory analysis of soil for inorganic metals). This contract is to be awarded for one (1) basic year and four (4) option years. The magnitude construction for the Basic Performance Period and all Option Period is between $25,000,000 and $100,000,000. The proposed duration of the contract will include basic contract period of 365 calendar days and four one year options. The anticipated minimum guaranteed amount of proposed contract is estimated to be $60,000 for the life of the contract. Contractors must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 and 252.232-7009 in order to receive award. CCR can be obtained at www.ccr.gov or calling 1-888-227-2423.
 
Place of Performance
Address: Lackland AFB TX
Zip Code: 78236
Country: Bexar
 
Record
SN00603567-W 20040617/040615211806 (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.