Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
MODIFICATION

Z -- Asphalt and Paving Repairs - roadways and runways

Notice Date
8/26/2009
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N69450 NAVFAC SOUTHEAST, NEW ORLEANS 400 Russell Ave NSA New Orleans, LA 70143
 
ZIP Code
70143
 
Solicitation Number
N6945009R5572
 
Response Due
10/9/2009
 
Archive Date
10/9/2009
 
Point of Contact
W. Dale Dewar 504-678-2320 See above.Note that the solicitation will be released sometime during the month of September 2009
 
Small Business Set-Aside
N/A
 
Description
This is an update to a previous pre-solicitation notice. The solictation notice will be released sometime during the month of September 2009. This is a pre-solicitation announcement. The Naval Facilities Engineering Command Southeast (NAVFACSE) has a requirement for asphalt and concrete paving and repairs for roadways, runways, airfields and related work at the Naval Air Station - Joint Reserve Base (NAS-JRB) at New Orleans, LA 70143. Work will consist of furnishing all parts, labor, materials, equipment, supplies, services, and supervision necessary to inspect, test, repair, construct, demolish, excavate, grade, and alter various pavements, sub grades, and all concrete / asphalt airfield pavements to include runways, taxiways, and aircraft parking aprons, at NAS-JRB New Orleans and surrounding supported sites. Principal features of work includes: mobilization and demobilization, pre-rolling existing pavement to identify failed areas, cold milling existing pavement for grade control, repair of existing cracked, spalled, and failed areas within existing pavement, in-grade preparation of existing granular base and shoulder course material, placement of granular base course material, prime coating and tack coating, hot mix asphalt pavement, Compressive concrete, flex concrete, granular shoulder course material. Work also includes pavement striping and markings removal and placement. Also includes horizontal joint cleaning and sealing. Placement of bituminous surface treatment, removing and replacing existing wheel stops, placing new wheel stops, and environmental protection. Task orders under the anticipated IDIQ contract may range from $500 to $2,000,000. The contract will contain a basic 12-month period and two 12-month option periods. The Government reserves the prerogative to evaluate proposals and award the contract without discussions. The solicitation requires the evaluation of price and the following technical factors: Factor 1 - Corporate Experience and Qualifications Factor 2 - Past PerformanceFactor 3 - SafetyFactor 4 - Small Business Utilization The relative order of importance of the technical evaluation factors is equal. Factors 1 through 4 are equal in importance to each other and when combined are approximately equal to price. Source selection procedures will be used and award will be made to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. Solicitation will be available for 30 days, beginning on or around 24 AUG 2009. The RFP (solicitation) will be posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal Business Opportunities (FEDBIZOPPS) website at http://fbo.gov/. Potential offerors are responsible to check the websites daily for the solicitation and any amendments. The solicitation will be issued electronically only; hence no hard copies will be available. A pre-solicitation conference and site visit is tentatively scheduled for some time in September 2009. Further information on the visit will be available in the solicitation. Contract is for base year and two option years. The project contract amount is estimated between $7,000,000 and $9,500,000. The North American Industry Classification System (NAICS) Code is 237310 with a Small Business Size Standard of $33.5M. Price evaluation preference for HUB-Zone firms is anticipated. You may email questions to Wesley.D.Dewar@navy.mil, or fax to 504-678-2631.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62467M/N6945009R5572/listing.html)
 
Place of Performance
Address: NAS-JRB, New Orleans, LA
Zip Code: 70143
 
Record
SN01927796-W 20090828/090827001314-62c098b08a8cda7d1ce04547a320c267 (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.