Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOLICITATION NOTICE

Z -- IDC Pavements

Notice Date
1/4/2010
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 62nd CONS, 100 COL JOE JACKSON BLVD, SUITE 2001, P O BOX 4178, McChord AFB, Washington, 98438, United States
 
ZIP Code
98438
 
Solicitation Number
FA4479-10-R-0003
 
Point of Contact
Jessica A. Siemer, Phone: 2539824923, Linda A Hale, Phone: 253-982-3876
 
E-Mail Address
jessica.siemer@mcchord.af.mil, linda.hale@mcchord.af.mil
(jessica.siemer@mcchord.af.mil, linda.hale@mcchord.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Work consists of providing all plant, labor, equipment, and materials for repairing pavements or constructing new pavements in various locations at McChord Air Force Base and Ft. Lewis, WA (Joint Base Lewis-McChord). The scope of this contract includes: a.Repair existing asphalt or concrete pavements including: paving with Hot-Mix-Asphalt (HMA), paving with portland cement concrete(PCC) (reinforced and non-reinforced), PCC panel replacement, excavate/dispose, cold milling, pulverizing, base course, patching, tack coat, joint and crack sealing, asphalt overlay, storm sewers, raising utility covers, and pavement markings. b.Construct new asphalt or concrete pavements, such as small parking lots, short roads or airfield pavements. c.Repair existing asphalt or concrete pavements curbs, gutters and/or sidewalks d.Construct new asphalt or concrete curbs, gutters and/or sidewalks. e.Sidewalks, curbs, and curbs & gutters may or may not be in conjunction with paragraphs 1.1 and 1.2 above. Installation may be in new areas or replacing existing damaged areas. f.Pavement markings shall be limited to new pavements, overlays and reconstruction. g.Demolition of existing pavements (parking areas, streets/roads, and airfield pavements) and restoration of those areas. h.Preparation of a NPDES Storm Water Pollution Prevention Plan (SWPPP) and installation/maintenance of pollution prevention devices (when required) i. work excluded from this contract: 1. MILCON funded projects. 2. Projects managed by outside agencies. 3. Re-marking of existing pavement markings on streets, roads and parking lots. This is a Indefinite Delivery Contract with a one year base period plus two, one year pre-priced option periods. The base period will run from approximately 30 Mar 2010 through 29 Mar 2011. The magnitude of construction is estimated between $1,000,000 and $5,000,000 for the base period and each of the two option periods. Aggregate magnitude of construction for all periods is estimated between $5,000,000 and $10,000,000. The applicable North American Industry Classification System (NAICS) Code is 237310. Solicitation for this requirement will be accomplished via Request for Proposal. This is an unrestricted solicitation in accordance with the Small Business Competitiveness Demonstration Program. Award will be made based upon Best Value to the Government in accordance with FAR Part 15 and the terms in the solicitation. The entire solicitation, including the specifications and drawings, will be made available only on the Federal Business Opportunities (FedBizOpps) Web Site at http://www.fedbizopps.gov/. Potential offerors are responsible for monitoring this site for the release of the solicitation package, which should be on or about 19 January 2010 and any other pertinent information for downloading their own copy of the solicitation package and drawings. The closing date and time for submission of offers will be contained in the solicitation package. Potential offerors must registered at http://www.fedbizopps.gov/ in order to receive notification and/or changes to the solicitation. All contractors must be registered in the Central Contractor Registration (CCR) database and ORCA database to be eligible for award. Contractors can obtain further information on the CCR and ORCA registration at web site http://www.ccr.gov/ and https://orca.bpn.gov/ As required by Air Force FAR Sup 5301-9102: An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/62CONS/FA4479-10-R-0003/listing.html)
 
Place of Performance
Address: McChord AFB and Fort Lewis (Joint Base Lewis-McChord), Washington, United States
 
Record
SN02034271-W 20100106/100104235401-9690f54c8d4d68484001b10887045999 (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.