Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
SOLICITATION NOTICE

Z -- Repair Taxiways & Aprons

Notice Date
1/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
Department of the Air Force, Air Force Space Command, Detachment 1, 21 CONS, U.S.Embassy PSC 73, APO AE, AE, 09716
 
ZIP Code
09716
 
Solicitation Number
FA2523-05-R-0002
 
Description
Description: The scope of this project (WWCX 05-1035) requires the contractor to furnish all supervision, plant, labor, materials, tools, and equipment to correct deficient subgrade drainage and reconstruct subgrade depressions in airfield aprons and taxiways at Thule Air Base, Greenland. The work includes but is not limited to leveling the base coarse and replaining deteriorated pavement, including lighting, painting and markings. The work is broken down into separate and distinct phases. Phase I of the Taxiways and Aprons has been completed under separate contract. The remaining work will consist of Taxiways, Phase II (approx. 29,431 SY), Aprons, Phase II (approx. 59,270 SY), Taxiways, Phase III (approx. 47,600 SY), Aprons, Phase III (approx. 18,650 SY) and Aprons, Phase IV (approx. 10,235 SY), to include taxiway lighting (listed as a separate phase). The contractor shall be responsible for determining the amount of work needed to fulfill the requirements of the contract specifications and drawings. All quantities listed in the contract documents are estimates only. The awardee will be responsible for determining actual needs. Rock materials shall be mined and milled on-site at Thule Greenland utilizing the awardee?s equipment. The awardee will be responsible for obtaining the necessary shipping and use permits for explosives, etc. required to perform the work. The location of Thule Air Base limits exterior work to the months of June through September, although work is sometimes possible in May or October. Additionally, Thule Air Base's location demands that all supplies/personnel must be shipped/transported in/out via air/sealift. Thule Air Base is not a commercial air/sea port and there is no other access. Shipping schedules are dictated by Defense contracts, and materials and labor are not available locally. The project is broken down into 6 separate and distinct phases of work. The project magnitude (totaling 6 phases) is between $10,000,000 and $25,000,000. Because of the size of this project and funds availability, the Government proposes to award a Firm, Fixed-Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a 5-year ordering period and list each phase as a separate contract line item number (CLIN). Each CLIN would then have subCLINs for each Fiscal Year (FY) from FY05 through FY09 listing the price of work should it start in that respective FY (i.e, 0001AA would represent a price for award of a CLIN with performance starting in FY05, 0001AB would represent a price for award of the same CLIN with performance starting in FY06, etc). The performance period for each phase shall be 520 calendar days from issuance of the Notice to Proceed (NTP), which includes a winter exclusionary period of 245 calendar days. The NTP will be issued simultaneously with the delivery order(s). Even though the phase takes 520 calendar days (or longer if appropriately modified), the price to be paid would be that corresponding to the subCLIN representing the FY of award. More than one Phase may be ordered at a time (i.e., Phase II of Aprons and Phase II of Taxiways, etc). There will be no price adjustments allowed for inflation or changes in the economy. The IDIQ will have a minimum obligation of one CLIN for performance starting this summer (FY05). Additional phases (CLINs) will be ordered via delivery order as needed, funded, and allowed by schedule. For example, if Phase II Aprons is completed in FY 06 and FY07 funding becomes available, the Government would award a delivery order for Phase III Aprons utilizing the subCLIN price corresponding to the price for performance starting in FY07. A NTP will be issued with the delivery order starting the 520-day performance period, requiring completion of the work of Phase III Aprons in FY08, 520 days later. More than one phase may be ordered during the same FY, depending on schedule and funding (i.e., Phase II of Aprons and Phase II of Taxiways; Phase III of Taxiways and Phase IV of Aprons, etc), but each will be ordered under a separate delivery order. Performance-Price Tradeoff (PPT) shall be used as the method of evaluation. Evaluation Price will be determined by adding all subCLINs for all CLINs. Price will be evaluated equally with Past Performance. A more favorable past performance rating may result in award to other than the lowest priced offeror, based on the evaluation criteria established in the solicitation. It is anticipated the solicitation documents, including specifications and drawings, shall be posted electronically on or about 4 Feb 2005 with offers due 30 days thereafter. Any and all amendments shall be likewise posted. This solicitation and award is restricted in accordance with 10 U.S.C. 2304(c)(4)?International Agreement, to only US and Danish firms. Although no hard-copies of the solicitation will be distributed, those firms interested in receiving a CD ROM version may request such by writing to: Detachment 1, 21 Contracting Squadron, PSC 73, APO AE 09716 or Detachment 1, 21 Contracting Squadron, U.S. Embassy, Dag Hammarskjolds Alle 24, DK-2100 Copenhagen O, Denmark. Requests should reference Request for Proposal (RFP) No. FA2523-05-R-0002 and contain name; address; telephone number; facsimile number; e-mail address; point of contact; and DUNS number. Telephone requests for the RFP will not be accepted, but faxed or e-mailed requests are allowed. Our fax number is (country code 45) 3526-5108.
 
Place of Performance
Address: Thule Air Base,, 3970 Putuffik
Country: Greenland
 
Record
SN00738259-W 20050123/050121212143 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.