Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOURCES SOUGHT

Z -- Z - Curbs and Sidewalks at McGuire AFB NJ

Notice Date
1/23/2007
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA4484-07-C-URBS
 
Response Due
2/6/2007
 
Archive Date
2/21/2007
 
Description
This is a Sources Sought for the Construction and Repair of Curbs, Sidewalks, and Pads at various sites located on McGuire AFB, New Jersey. The purpose of this Sources Sought is to determine if Service-Disabled Veteran-Owned and/or HUBZone certified business concerns exist to fill this requirement. Work will be on an as required basis. Any resultant contract will be issued for a five year contract (one base year with four, one-year pre-priced option periods). This is not a solicitation, nor does it guarantee a solicitation will be issued. This is a request to determine whether or not any Service-Disabled Veteran-Owned and/or HUBZone certified businesses are capable of providing this service. Work includes: 1) Removal, replacement and disposal of existing concrete curbs, asphalt pavement (partial depth), integral concrete curbs and gutters, and the removal and disposal of existing four, six, and eight inch thick concrete sidewalks, pads, and aprons. 2) Excavate and construct new integral concrete curbs, radius curbs, gutters, and construct new four, six, and eight inch concrete sidewalks with protective sealants, pads or aprons. 3) Install select fill materials, topsoil, sod and landscaping mulch in place for new and/or replacement concrete curbing, pads, etc. 4) Provide and install asphalt surface course two inch thick. 5) Provide topographical layout survey services and horizontal and vertical controls. 6) Repair concrete inlet (guttermouth). The above general description of work does not in any way limit the responsibility of the Contractor to perform all work, plant, supervision, management, quality control, labor, tools, equipment, appliances and material and performance in strict accordance with the specifications, drawings, and subject terms and conditions of each delivery order and the main contract. Any resultant contract will be a Firm-Fixed Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Each period?s estimated Disclosure of Magnitude is between $1,000,000 and $5,000,000. The aggregate value of base period with all option periods is between $5,000,000 and $10,000,000. The North American Industry Classification System (NAICS) Code is 237310, Highway, Street, and Bridge Construction, with a Small Business Size Standard of $31.0 million. Qualified Service-Disabled Veteran-Owned and HUBZone companies should submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than close of business (4:30 PM EST) on 6 February 2007. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement as set aside for Service-Disabled Veteran-Owned or HUBZone basis. Oral communications ARE NOT acceptable in response to this notice. Sources shall include in their information, a detailed capabilities statement stating their experience within the past three years of same or similar work described in this notice, a point of contact with phone and e-mail information, business status (Socio-Economic Factors: HUBZone and/or Service-Disabled Veteran-Owned Business), business size based under NAICS 237310, and a positive statement of interest to submit a proposal. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be Central Contractor Registered (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/. Submission of any information in response to this sources sought notice is completely voluntary, and shall not constitute a fee to the Government. Primary point of contact for this notice is MSgt Mark Johnson/LGCB at mark.johnson7@mcguire.af.mil. The alternate point of contact is MSgt William Robbins at william.robbins2@mcguire.af.mil. All written e-mail responses should to be received by 4:30 PM EST on 6 February 2007.
 
Place of Performance
Address: 305th Contracting Squadron, 2402 Vandenberg Avenue, McGuire AFB NJ 08641
Zip Code: 08641
Country: UNITED STATES
 
Record
SN01217426-W 20070125/070123220716 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.