Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOURCES SOUGHT

Z -- Possible Paving IDIQ

Notice Date
5/22/2008
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-08-R-A010
 
Point of Contact
Jeffrey P Middaugh,, Phone: 702-652-9334, Richard C. Jedlinski,, Phone: 702-652-9121
 
E-Mail Address
jeffrey.middaugh@nellis.af.mil, richard.jedlinski@nellis.af.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The 99th Contracting Squadron (99 CONS), Nellis AFB, NV has a requirement for a firm fixed-price, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract. Work shall consist of furnishing all labor, supplies, materials, supervision, transportation, equipment, and all else required to support the 99th CES, Base Civil Engineer (BCE) paving requirements. The acquisition is for a broad range of repair, maintenance, and/or construction of Hot Mix Asphalt (HMA) or Portland Cement Concrete (PCC) for roads, parking lots, runways, taxiways and shoulders (including all associated site work and appurtenances such as curbs, gutters and sidewalk), at Nellis AFB, Creech AFB, Tonopah Test Range (TTR), or other related sites in Nevada. The North American Industry Classification System (NAICS) code is 237310. During the contract period, the BCE will identify estimated line item quantities required to complete each specific job, and 99 CONS will issue individual task orders to the contractor to complete those jobs. The contractor will be required to furnish all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to manage and successfully accomplish each project. The guaranteed contract minimum is $15,000 for the basic one year period only. The contract period will be for a base one-year period with four (4) one-year option periods. The minimum task order dollar value will be $15,000. The maximum dollar value task order will be $4, 500,000.00. The maximum potential contract value is $40,000,000 over the term of the contract. The Government reserves the right not to exercise the option year periods. Response is solicited from (1) small business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (2) SBA certified small business HubZone firms; (3) service-disabled veteran-owned small business firms; or large businesses. For purposes of the potential solicitation, the NAICS code is 237310. A firm is considered small if their average annual receipts for the preceding three (3) fiscal years were less than or equal to $13 Million. Any information submitted is voluntary. Request interested firms submit (1) the NAME, ADDRESS, and PHONE NUMBER of the firm (including CAGE code); (2) a CAPABILITY STATEMENT [including (a) a summary of similar, recent (within the last three fiscal years) performance history (identify the name of the owner and its point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor, etc.) they performed the work], (3) their SIZE STATUS; and (4) the PERCENT OF WORK their firm can commit to accomplishing this work with in-house (not subcontracted) labor if awarded the project. Proposals will be evaluated based on past performance/price trade-off procedures resulting in the Best Value to the Government. Large businesses need not submit the above information. The solicitation will be issued o/a 30-June-2008 and will be posted on the Federal Business Opportunities website (FedBizOpps at http://www.fbo.gov). Points of Contact: Jeff Middaugh, Contract Specialist, Phone 702 652-9334, Fax 702 652-2532, e-mail: jeffrey.middaugh@nellis.af.mil Richard Jedlinski, Contracting Officer, Phone 702 652-9121, Fax 702 652-2532, e-mail: richard.jedlinski@nellis.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef44854f0f6b602d7b487f16815942af&tab=core&_cview=1)
 
Place of Performance
Address: Various sites at any/all of the following locations: Nellis AFB, Creech AFB, Tonopah Test Range and other related sites in Nevada, United States
 
Record
SN01579013-W 20080524/080522220003-ef44854f0f6b602d7b487f16815942af (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.