Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2006 FBO #1592
SOURCES SOUGHT

Z -- Paving

Notice Date
4/4/2006
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
Reference-Number-NA
 
Response Due
4/20/2006
 
Archive Date
5/5/2006
 
Description
This is a SOURCES SOUGHT SYNOPSIS for planning purposes only. No proposals are being requested or accepted for this synopsis. The USAF Academy is seeking potential sources under theSmall Business Competitiveness Demonstration Program for Unrestricted Competition. The requirement shall include, but is not limited to provision of all labor, supervision, materials, equipment, transportation, and all other incidentals required for a broad range of requirements that may include, but are not limited to, mil and overlay, paving, and maintenance of roads, parking, and airfields; to possibly include design and engineering services incidental to construction. The locations where work may be performed would be at the USAF Academy, located in Colorado Springs, Colorado; the Farish Recreation Area, located East of Woodland Park in Colorado; and the Bullseye Auxiliary Airfield located East of Colorado Springs off of Highway 94. The North American Industry Classification System (NAICS) Code associated with this requirement is 237310 with a Small Business Size Standard of $31 million. A contract would be awarded to one (1) vendor as a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The period of performance would include a base period and four (4) option years. The magnitude is anticipated between $6,000,000.00 and $30,000,000.00 for the life of the contract. Individual task order projects would vary in size, with the majority expected to be less than $750,000.00, including, but not limited to, trades such as: traffic control, miscellaneous labor, and heavy/power equipment as part of this acquisition. The contract would be awarded using best value trade-off procedures, evaluating a contractor?s technical capabilities, past performance, and price. Interested and qualified sources are required to provide the following information, not later than 20 April 2006 by 3:00 P.M. Mountain Daylight Savings Time: (1)Company name, address, point of contact, telephone number, and e-mail address; (2)Type of business, i.e. large business, 8(a), HUB Zone, WOB, under the NAICS Code 237310, and date of certification; (3)Letter from bonding agency providing proof of capability to be bonded (performance and payment). The letter should indicate that your company will be capable of securing sufficient bonding in the aggregate amount of at least $1,500,000.00 and potentially as much as $30,000,000.00; (4)Offerors capability to perform under a contract of this magnitude and complexity. Provide a list of ALL RELEVANT projects (projects of a similar size, scope, and complexity of the proposed project are considered relevant), either Government or commercial, performed within the last three (3) years, with a brief description of the project; contract number, project title, dollar amount, timeliness of performance, and customer satisfaction. Include the customer?s name, address, telephone number, e-mail address, and points of contact with phone numbers. Indicate whether or not you were the prime contractor, and, if you were a subcontractor, provide the name and point of contact information for the prime contractor. Include the percentage of self-performed work, how the work was accomplished, and the performance rating for the work. All of other above information should be submitted in sufficient detail for a decision to be made on the availability of interested parties. Responses must be limited to five (5) pages in Times New Roman 12 point font. Proprietary information should be marked ?PROPRIETARY INFORMATION?. Failure to submit all information by the submission date will result in a contractor being considered not interested in this requirement. In Accordance With FAR 52.204-7 Central Contractor Registration, contractors shall be registered in the CCR, ?database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.? Registration may be accomplished at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. Pursuant to AFFARS 5301.9102(a) one of the following shall be appointed as Ombudsman at the USAF Academy, either Ms. Tara Peterson or Ms. Isabel L. Staples. The USAF Academy Ombudsmen contact information is as follows: 8110 Industrial Drive., Ste. 103, Telephone number (719) 333-2074 and Fax (719) 333-9018. Anticipated solicitation issuance date is on or around June 2006. Interested Offerors shall respond to this SOURCES SOUGHT SYNOPSIS not later than 20 April 2006 at 3:00 P.M. Mountain Daylight Savings Time. Mail, fax, or e-mail your response to Ms. Joanna L. Green, Contract Specialist, (719) 333-3927, e-mail: joanna.green@usafa.af.mil or Ms. Kelly Snyder, Contracting Officer, (719) 333-3794, e-mail: kelly.snyder@usafa.af.mil. 10 MSG/LGCA, 8110 Industrial Dr., Ste. 200, USAF Academy CO 80840-2315, or fax to (719) 333-6608. This is only a SOURCES SOUGHT SYNOPSIS and is NOT a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.
 
Place of Performance
Address: Department of the Air Force, Direct Reporting Unit, USAF Academy ? 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315.
Zip Code: 80840
Country: United States
 
Record
SN01020814-W 20060406/060404220812 (fbodaily.com)
 
Source
FedBizOpps 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.