Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
SOURCES SOUGHT

Z -- Paving IDIQ

Notice Date
4/13/2005
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
na
 
Response Due
4/20/2005
 
Archive Date
5/5/2005
 
Point of Contact
Steve Hawkins, Contract Specialist, Phone 202-767-7958, Fax 202-767-7897, - Theresa Clark, Contract Specialist, Phone 202-767-7967, Fax 202-767-7897,
 
E-Mail Address
steven.hawkinsII@bolling.af.mil, Theresa.Clark@Bolling.af.mil
 
Description
This announcement constitutes an official Sources Sought to obtain market capabilities for a future procurement at Bolling AFB. This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the US Government to form a binding contract. Companies that respond will not be paid for the information submitted. 1. PURPOSE: The 11th Contracting Squadron, at Bolling AFB, DC, is contemplating a Requirements Delivery Order type contract to provide pavement work on Bolling AFB. This contract will be for one base year and four one-year option periods. The purpose of this Sources Sought is to obtain a listing of companies in these categories who can perform these services. 2. SCOPE OF TASK: The following is a list of general items of work included in the project. All work is to be performed in accordance with the specifications, sketches, and Special Conditions. Refer to Part I Section B. It is not intended to be complete list of all operations of work to be accomplished, nor is it to be construed as a Bid Schedule. Provide sawcutting. Provide full depth pavement removal to include removal of surface course, base course and subbase course along curb and gutter. Replace in accordance with the full depth section pavement repair. Full depth section includes asphaltic surface course, asphaltic concrete base course, and aggregate subbase course. Remove existing concrete driveways and replace. Provide milling operations and overlay pavement. Provide slurry seal coat to include surface preparations, including crack sealing. Provide and install new crushed aggregate subbase, new bituminous base course, new bituminous surface course, new bituminous tack coat. Provide and install new bituminous overlay and bituminous leveling course (if required), new bituminous tack coat. Provide new concrete base course, bituminous surface course, and tack coat. Provide general site excavation. Provide clean fill, both general and select, compacted in place including testing. Reuse suitable fill generated by excavation. Load, haul, and dispose including dump charges of unsuitable material generated by excavation and other various items generated by demolition. Remove existing concrete curb and combination curb and gutter. Provide and install new concrete curb and combination curb and gutter. Remove existing concrete sidewalks. Provide and install new concrete sidewalks. Remove handicapped ramp. Provide handicapped ramp. Provide the necessary repair to the basin or manhole frame and cover. This includes remove unsecured basin or manhole frame and cover and reset by installing anchor bolts. Remove deteriorated basin or manhole frames and covers and replace. Removal shall be paid as separate item from replacement of new frame and cover complete in place. Remove storm drainage lines of various sizes. Provide and install drainage lines of various sizes and structures, including all connections and pertinent accessories. Provide new curb inlets. Provide and install new sodding and or hydroseeding. Provide chain Link fence with green screening. 3. INFORMATION/FORMAT: Potential offerors who have the above capabilities should respond in writing with a brief description of each requirement to the Contracting Office, Attn SSgt Hawkins or Theresa Clark at Fax No.: 202-767-7896 or by e-mail (information below). Final vendor responses are expected by close of business 20 April 2005. Please contact the following: SSgt Steve Hawkins at 202-767-7958 or by E-mail: steven.hawkinsii@bolling.af.mil Or: Theresa Clark at 202-767-7967 or by E-mail: theresa.clark@bolling.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/11CONS/na/listing.html)
 
Place of Performance
Address: Bolling AFB, DC
Zip Code: 20032
Country: USA
 
Record
SN00787769-F 20050415/050413214031 (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.