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
SOLICITATION NOTICE

Z -- Paving and Earthwork Maintenance, Repair and Construction

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
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
 
Point of Contact
Samuel McDuffey, Contract Specialist, Phone 315/330-3959, Fax 315/330-8072,
 
E-Mail Address
Samuel.McDuffey@rl.af.mil
 
Description
The Air Force Research Laboratory, Rome Research Site (AFRL Rome), has a requirement 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, Stockbridge Test Annex, and Northeast Air Defense Sector (NEADS), Defense Financing Accounting Services, Rome, NY (DFAS)], 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. In accordance with FAR Part 36.204, 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. The period of performance for this requirement will be thirty-six (36) months. This is a competitive best-value solicitation in which competing offerors’ past and present performance history, and technical evaluations are more important than price. This procurement is 100% SET-ASIDE FOR CERTIFIED HUB-Zone CONTRACTORS. This solicitation and specifications will be distributed solely on the World Wide Web at the following FedBizOpps web site beginning on or after 10 June 2005: http://www.eps.gov. Prospective offerors will be asked to register for this solicitation at the above referenced web site. ALL prospective offerors are responsible to visit the FedBizOpps web site frequently and obtain any amendments or other information pertinent to this Request for Proposal (RFP). Also, each prospective offeror interested in submitting a proposal on this RFP should register by email to: samuel.mcduffey@rl.af.mil in order to be placed on the source list. Include company name, address, telephone/fax numbers, point-of-contact, and e-mail address. Offerors registering on the source list shall not conclude that they will receive a paper copy of the RFP, as no paper copies will be issued. Closing date of this solicitation will be 10 June 2005. NO PAPER COPIES OF THE SOLICITATIONWILL BE MAILED. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. 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/. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (26-MAY-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/AFMC/AFRLRRS/FA8751-05-R-0002/listing.html)
 
Record
SN00816767-F 20050528/050526214213 (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.