Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOURCES SOUGHT

Z -- Paving and Earthwork Maintenance, Repair and Construction

Notice Date
5/26/2005
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-05-R-0002
 
Response Due
6/10/2005
 
Description
DESCRIPTION: Capable sources are sought to provide Paving & Earthwork Maintenance, Repair and Construction to the Air Force Research Laboratory (AFRL) Rome Research Site. The AFRL Rome Research Site is considering whether to issue a set-aside acquisition for certified 8(a); HUBZone and/or Service-Disabled Veteran-Owned Small Business sources for a new Paving & Earthwork Maintenance, Repair and Construction I.D.I.Q. This acquisition includes, but is not limited to furnishing all labor, materials, equipment, supervision and warranties required for a Fixed-Price/Indefinite Delivery, Indefinite Quantity contract for a broad range of maintenance, repair and minor construction work on various pavements, drainage facilities and associated grounds at Air Force Research Laboratory (AFRL), Rome Research Site, Rome, New York and all associated sites (Newport Test Annex 1, Newport Test Annex 2, and Stockbridge Test Annex), all within 35 miles. The work is required in support of Rome Research Site, Civil Engineer (CE) activities. The jobs will include, but are not limited to, a wide variety of individual construction tasks, including paving and repairing parking lots, access roads and sidewalks, adjacent drainage requirements, landscaping, and other earthwork projects identified in the Unit Price Book (Bid Schedule). Submittal requirements include reproducible drawings, manufacturers? data, dated certifications and test reports, and samples. During the contract period, CE will identify construction tasks required to complete each specific job, and Operational Contracting will negotiate and issue individual delivery orders to the contractor to complete these projects. The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the projects. Individual jobs will vary in size and complexity. Guaranteed minimum over the life of the contract is the amount of the first delivery order; minimum delivery order: $2,500.00, maximum delivery order: $1,000,000.00 and the MAGNITUDE OF CONSTRUCTION is between $1,000,000.00 and $5,000,000.00. The North American Industry Classification System (NAICS) Code is 237310, with a Small Business Size Standard of $28.5 million. Any required amendments, letters of clarification and other applicable documents will also be issued electronically. ALL interested sources are responsible for frequent review of the website to ensure that they are kept current on any applicable documents added after the initial RFP is issued. Performance period will be thirty-six months. In accordance with FAR 19.8, 19.13 and 19.14, and supplements, if your firm is a certified 8(a); HUBZone and/or Service-Disabled Veteran-Owned Small Business and intends to submit an offer on this acquisition, please respond to the AFRL Small Business Specialist: AFRL/IFB, Attn: Ms. Janis Norelli, 26 Electronic Parkway, Rome, NY 13442-4514 no later than 9 May 2005. HARD COPIES ONLY. Administrative questions may be referred to Ms. Norelli at (315) 330-3311. Technical questions may be referred to: John Brady at 315-330-7634. In your response please include the following: (a) a positive statement of your intent to submit a proposal for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amount, points of contact, and telephone number(s); (c) a description of all paving and construction equipment your firm owns that will be available for use on the project, a description of your source of paving and construction materials and the location of both (d)past performance references for similar general construction work performed within the past five years, and (e) SBA letter of certification (f) whether your firm is a SBA certified 8(a); HUBZone or Service Disabled Veteran-Owned Small Business concern. You must be an approved SBA firm at the time of this sources sought announcement to submit a response. For more information on the definition or requirements for these, refer to http://www.sba.gov/. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the evaluation. However, the Rome Research Site will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone and/or Service Disabled Veteran-Owned Small Business concerns, the acquisition may be solicited on an unrestricted basis. The issuance date for this solicitation has yet to be determined, but is anticipated for mid to late May on the Federal Business Opportunities (FedBizOpps) web site at http://www.fedbizopps.gov. Contractors are reminded that should this acquisition become an 8(a) set-aside, FAR 52.219-18 with 252.219-7010, Alternate A, Notification of Competition Limited to Eligible 8(a) Concerns applies. If this acquisition becomes a HUBZone set aside, FAR 52.219-3, Notice of Total HUBZone Set-Aside will apply. If this acquisition becomes a Service-Disabled Veteran-Owned Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside will apply. All of the above must be submitted in sufficient detail for a decision to be made on a certified 8(a); HUBZone and/or Service Disabled Veteran-Owned Small Business set aside. Failure to submit all information requested may result in an unrestricted acquisition. NOTE: IN ORDER TO RECEIVE AN AWARD FROM ANY RESULTANT SOLICITITATION, SHOULD ONE BE ISSUED, THE SUCCESSFUL OFFEROR MUST BE CENTRAL CONTRACTOR REGISTEDED (CCR). THE CCR WEBSITE IS: http://www.ccr.gov/. THE SUCCESSFUL OFFEROR MUST ALSO HAVE AN ACTIVE ONLINE REPRESENTATION AND CERTIFICATION APPLICATION (ORCA). THE ORCA WEBSITE IS: http://orca.bpn.gov/.
 
Record
SN00816213-W 20050528/050526211927 (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.