Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

Z -- Repair Hammerhead Runway 35L

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Vance Air Force Base Contracting, 246 Brown Parkway, Vance AFB, OK, 73705-5036, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
IFB110B
 
Response Due
9/19/2007
 
Small Business Set-Aside
Total Small Disadvantage Business
 
Description
CSC Applied Technologies LLC (CSC) contemplates issue of an Invitation For Bid (IFB) for XTLF 08-1013 Repair Hammerhead Runway 35L at Vance AFB, OK as solicitation number IFB110B. Funds are not currently available for this solicitation and have not been promised or guaranteed. There shall be no legal liability on the part of the Government or CSC should funding not be provided. In the absence of funding no contract will result. CSC reserves the right to cancel this solicitation, either before or after the opening date in the absence of funding. Offerors will be required to provide for an acceptance period of 60 calendar days from Bid Opening. Bid bond in an amount of 20% of offer, issued by an acceptable surety listed in Federal Circular 570, must accompany all offers that exceed $25,000.00 and will be held for the entire acceptance period should funds not be readily forthcoming. It is recommended that offerors carefully consider the impact on their bonding capacity for the applicable acceptance period if an offer is anticipated. While this is intended to be an 8(a) competitive solicitation and this solicitation is being set-aside for companies that posses both an SBA Certification as an 8(a) firm and also holding SBA Certification as a HubZone business, CSC reserves the right to sole source to any responsible business in the absence of adequate competition resulting from this competitive effort. This project consists of furnishing all labor, materials, and equipment necessary to replace the existing SW Hammerhead; including demolition, grading, concrete paving, asphalt shoulders, subsurface drainage, grounding rods, and taxiway lights as shown on the project drawings. All work shall be in accordance with the plans and specifications. Work progress shall be in accordance with Schedule F. Specifically provide new concrete pavement, and drainage layer as required complete, which shall include but is not to be limited to the following additional items of construction such as bituminous stabilized subbase, aggregate base or drainage layer, drainage pipe, compaction, reinforcing steel, dowels, tie bars, dowel baskets, materials, concrete placement, concrete finishing, curing, saw cutting, joint preparation, joint seal, pavement marking, LED taxiway lighting, asphalt shoulders, electrical grounding points, outlet drainage, drainage risers, lower 15 KV duct bank, etc. Exterior to the work area, black out existing taxiway lines and paint new lines to clear the work area. Within all work areas repaint completely all disturbed taxiway and apron pavement markings after all work is completed, the Contractor shall be required to accurately layout and paint all new lines required on the hammerhead. Pavement markings are shown on the project drawings. The Contractor shall protect the active runway, taxiway, edge lights, electrical power cable and concrete encased duct banks located across the area. The Contractor shall notify Local Purchasing Office immediately when damage to any airfield lighting system or individual components occurs. The Contractor shall immediately have required or replaced said damage, by a qualified airfield electrical Contractor in conformance with the latest edition of the National Electric Code, at no increase in contract amount. NAICS 237310, Small Business Set Aside, Company must be both SBA Certified HubZone and SBA Certified 8(a) Small Business Size $31M. Magnitude $1M - $5M Estimated Solicitation Issue Date: August 20, 2007 Once issued, please refer to the Solicitation Documents Folder of the solicitation download in the file Solicitation Offer and Award for the following dates. At # 7 a. for day and time of Opening which will be held at Building 200 Conference Room 123 and at # 9. for day and time of Pre-Bid Meeting which will be held at Building 200 Conference Room 123. Please note: All interested persons wishing to attend the, non-mandatory but highly recommended, Pre-Bid Meeting must provide the following information a minimum of five (5) days prior to the Pre-Bid Meeting. Company, Address, City, State, Zip, Individuals Name expecting to attend, and a contact phone. Provide all of above via E-mail to rick.murrow.ctr@vance.af.mil. Failure to provide this information may result in not being given access to the Base. Questions or clarifications should also be directed to the same E-mail address rick.murrow.ctr@vance.af.mil. IFB110B package is expected to be available on or about the Estimated Solicitation Issue Date shown above at our Web page http://ifb.csc.com as a zip file. No hard copies of the solicitation will be available. Once solicitation zip file is posted for download, use an IBM compatible computer running Microsoft Internet Explorer 5.0 or higher to access the http://ifb.csc.com Web page. Your browser must be set to accept cookies and if you are running a pop-up blocker or fire wall programs you may need to configure them to accept traffic from our page to allow the download page to work properly. IBM compatible computers running Windows XP with Service Pack 2 installed will need to add our site to the Trusted Sites of their Microsoft IE browsers and set the Privacy to Low to allow for our page to work properly. The solicitation file will be a zipped file which you must save to your computer and unzip before the files it contains will be usable. After solicitation issue it is your responsibility to check our Web page frequently for possible addenda or other items that may affect the solicitation.
 
Place of Performance
Address: Enid/OK
Zip Code: 73705
Country: UNITED STATES
 
Record
SN01356268-W 20070801/070730220908 (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.