Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

Z -- IDIQ PAVEMENTS

Notice Date
8/5/2009
 
Notice Type
Presolicitation
 
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, Oklahoma, 73705-5036
 
ZIP Code
73705-5036
 
Solicitation Number
IFB134B
 
Point of Contact
Rick L Murrow, Phone: 580-213-6054
 
E-Mail Address
rick.murrow.ctr@vance.af.mil
(rick.murrow.ctr@vance.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CSC Applied Technologies LLC (CSC) is contemplating the issue of solicitation IFB134B for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to repair Base Pavements. Should an IDIQ contract result, any resulting work will be purchased by issue of a Delivery Order against the IDIQ contract. The contemplated solicitation would include work at Vance AFB and Kegelman Auxiliary Field to include asphalt street milling and overlay, repair of concrete pavements, concrete curb and gutter, concrete sidewalk repair, and associated miscellaneous joint seal and reflective street markings. The IDIQ will have an effective term of 24 months (Unit pricing for work in the IDIQ will be valid for up to 24 months from a resulting award of IDIQ) and will not include a yearly economic price adjustment. Offerors should consider the impact to their bonding capacity when considering bidding on this IDIQ. Should funds be provided specific work expected in an anticipated delivery order would be negotiated and a price agreed to before a delivery order would be issued Funds are not currently available for the contemplated IDIQ and have not been promised or guaranteed for a minimum or maximum. There shall be no legal liability on the part of the Government or CSC should funding not be provided. This work in this effort would consists of furnishing all labor, materials, and equipment necessary to repair existing asphalt or concrete pavement and repair deteriorated concrete curb, gutter and sidewalk in the parking lots and on Base streets, as detailed in delivery orders. Additional work may be included. All work shall be in accordance with the plans and specifications. Work progress shall be in accordance with Schedule F. Specifically, remove existing asphalt pavement to a depth as indicated, repair failed subgrade areas, provide new asphalt or concrete pavement, and modify drainage structures or channels as required complete, which shall include but is not to be limited to the following additional items of construction such as compacted sand or aggregate base, reinforcing steel, dowels, tie bars, concrete placement, concrete finishing, ADA ramp, curing, painting stripes and other markings, saw cutting, joint preparation, joint seal, etc. The Contractor shall protect existing facilities and provide necessary access to Base facilities, and dumpsters during construction. The Contractor shall notify the Local Purchasing Office immediately when damage to any individual component occurs. The Contractor shall immediately have required or replaced said damage, by a qualified Contractor, at no increase in contract amount. NAICS 237310, Small Business Set Aside Small Business Size $33.5M. Magnitude <$2M Estimated Solicitation Issue Date: August 10, 2009 Once issued, please refer to the Solicitation Documents Folder of the solicitation download in the file "Solicitation Offer and Award" to confirm the following dates Pre-Bid, No formal meeting is currently anticipated for this solicitation. Any funded effort will be reviewed in the field prior to determining its cost. Bid Opening, September 9, 2009 at 2:00 p.m. to be held at Building 200 Conference Room 123. The issue and opening dates are subject to change. Please verify prior to dates shown to assure the scheduled events will occur as stated here. Questions or clarifications should also be directed to the following E-mail address rick.murrow.ctr@vance.af.mil. IFB134B package is expected to be available on or about the Estimated Solicitation Issue Date shown above from Federal Business Opportunities https://www.fbo.gov/spg/USAF/AETC/CVC/IFB134B/listing.html on the FBO Vance AFB Base page as a zip file. No hard copies of the solicitation will be available. This solicitation will only be available for download as a zip file from the FBO Vance AFB Base page. After solicitation issue it is your responsibility to check FBO frequently for possible addenda or other items that may affect the solicitation. Attention Bid Services, please post this entire synopsis including all instructions if you are providing notice of this project to your clients. Failure to do so will result in inadequate information and may result in your clients not being able to readily access pertinent project information needed to bid the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/CVC/IFB134B/listing.html)
 
Place of Performance
Address: Vance AFB, OK 73703, Enid, Oklahoma, 73703, United States
Zip Code: 73703
 
Record
SN01900026-W 20090807/090806000718-faada259e02d99a8a4bcba658f95630c (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.