Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
SOLICITATION NOTICE

Z -- Paving IDIQ to Repair Base and Airfield Pavements

Notice Date
8/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA3099-07-R-0007
 
Response Due
10/9/2007
 
Description
The Operational Contracting Office, Laughlin AFB, TX intends to procure an Indefinite Delivery Indefinite Quantity (IDIQ) Contract to Repair Base and Airfield Pavements. The performance area is Laughlin Air Force Base, the Spofford Auxiliary Airfield, and the Laughlin Marina. Contract will consist of, but not limited to the following principal items: construction, reconstruction, and repair of flexible and rigid pavements. Operations vary but may incorporate any of the following: Excavation preparation of pavement structure by lime stabilization of the sub grade; placing new stabilized aggregate base course; cement stabilization of existing base material; priming the flexible base material for a single or double bituminous surface courses consisting of Hot Mix Asphalt Concrete (HMAC) material; adjustment of existing utility valves, manholes and structures to conform to new pavement grades; new concrete curbs, and or curbs with gutters, sidewalks, and new storm inlets to include storm sewer pipes, road markings, sealing of concrete pavement random cracks, fog and slurry latex seals; new concrete pavement, repairing and removing concrete to include using epoxy resin concrete or Portland cement concrete, remove and replace joint sealing, repairing spalls, rubber and paint removal, airfield markings and all required markings. The proposed duration of the contract is for a base period of one year with one option period of two years. The anticipated maximum amount of the proposed contract is estimated at up to $5 million for the life of the contract. The anticipated minimum guaranteed amount of proposed contract is estimated to be $2,500.00 for the life of the contract. This negotiated procurement will be accomplished by the Best Value Source Selection Method, Performance Price Trade-Off, under full and open competition procedures. The evaluation criteria for proposal evaluation will be accomplished utilizing (a) Technical (b) Past Performance and, (c) Price factors, with past performance being significantly more important that price. The Standard Industrial Code is 237310 and the size standard is $31M. The solicitation package will be issued in the form of a Request for Proposal (RFP) and will be made available for downloading from the Internet (EPS Web-Site) address http://www.fedbizopps.gov. on or about 8 Sep 07. The closing date is tentatively scheduled for on or about 9 Oct 07. The pricing vehicle (unit price book) for the proposed contract will be the RS Means cost data with the Del Rio area cost factor for material, labor and equipment separately applied, plus a coefficient. The contractor will be required to develop the statements of work and cost proposals for projects awarded against proposed IDIQ. It is the Government?s intent to include design-build requirements in the proposed contract as well. ALL INTERESTED PARTIES (INCLUDING 8(a), WOMAN-OWNED AND HUB-ZONE FIRMS) ARE INVITED TO RESPOND. ALL PROSPECTIVE OFFERORS MUST REGISTER IN THE CENTRAL CONTRACTOR?S REGISTRATION (CCR) DATABASE PRIOR TO AWARD OF A GOVERNMENT CONTRACT AND MUST HAVE COMPLIED WITH THE VETS 100 REPORTING REQUIREMENT. OFFERORS ARE FURTHER ADVISED THAT FAILURE TO REGISTER IN THE DOD CENTRAL REGISTRATION DATABASE WILL RENDER FIRM INELIGIBLE FOR AWARD
 
Place of Performance
Address: 171 Alabama Ave., Laughlin AFB, TX
Zip Code: 78843-5102
Country: UNITED STATES
 
Record
SN01382746-W 20070825/070823221258 (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.