Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

Z -- Repair Airfield/Base Paving Indefinite Delivery Indefinite Quantity Contract

Notice Date
5/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-06-R-0009
 
Response Due
7/13/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Work consists of providing all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to complete Repair Airfield/Base Pavements, IDIQ at Seymour Johnson AFB, NC. This will be a firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contract for airfield/base pavements efforts at Seymour Johnson AFB, (Wayne County) NC, Dare Bomb Range, (Dare County) NC, and Ft. Fisher Recreational Facility, Kure Beach (New Hanover County) NC. Projects will be in support of, but not limited to the maintenance, repair, or new construction of asphalt pavement, walkways, concrete pavement, curb and gutter, clearing and grubbing, excavation, fill, aggregate base course, milling of bituminous pavement, inlets, catch basins, drainage pipe, pavement markings, removal of rubber/pavement markings, landscape, seeding/sod, trees and shrubs, soil erosion control, railroad work, painting and striping, electrical work, and airfield/street lighting. Landscape and electrical work will be incidental to paving. All work shall be in strict compliance with the specifications and drawings. This project is set aside 100% for certified HUBZone Business concerns. The applicable North American Industry Classification System (NAICS) code is 237310 with a small business size standard of $28,500,000.00. Multiple awards for this requirement will not be made. Period of Performance and Magnitude: The magnitude for this requirement is more than $10,000,000.00. The period of performance for the contract will be a twelve (12) month base period with four (4) option periods of twelve (12) months each. The contract will also allow for an additional extension of no more than six (6) months. The total contract period of performance will not exceed five (5) years, six (6) months. Firm-fixed price task orders will be issued against the contract with stated quantities and performance periods. Applicable coefficients will be applied using prices from R.S. Means. The guaranteed minimum for the life of the contract, including all options, is $2,000.00 and the maximum ordering limitation is $30,000,000.00 over the life of the contract. The minimum amount per task order is $2,000.00, and the maximum amount per task order is $4,000,000.00. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government after determining the technical acceptability of offers. Past performance is significantly more important than price. It is anticipated that the solicitation will be issued electronically on or about 13 Jun 06 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or .exe), and Autocad. All drawings will be posted on FedTeDS.gov at http://www.fedteds.gov. More information concerning these viewers can be found on the FedBizOpps website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. Primary POC is SSgt Daniel Finkenstadt at (919) 722-7074; email: daniel.finkenstadt@seymourjohnson.af.mil. Secondary POC is MSgt Kathryn Harshberger at (919) 722-5603; email: mailto:kathryn.harshberger@seymourjohnson.af.mil
 
Place of Performance
Address: SEYMOUR JOHNSON AFB, NC
Zip Code: 27531
Country: USA
 
Record
SN01046273-W 20060513/060511220606 (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.