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
SOURCES SOUGHT

Y -- Market Survey for Design-Build for Replace West Ramp, Phase 2 (TFI) to support the MILCON construction Air Force, located at Wright-Patterson AFB, Ohio.

Notice Date
1/4/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-10-WPAFBOH
 
Response Due
1/18/2010
 
Archive Date
3/19/2010
 
Point of Contact
lisa.a.carter, 502-315-6198
 
E-Mail Address
US Army Corps of Engineers, Louisville
(lisa.a.carter@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A MARKET SURVEY is being conducted to determine if there are adequate contractors for this proposed Design-Build project which meet the specific criteria for a competitive set-aside award. The proposed contract will be to remove and replace existing concrete airfield runway pavement (42,000 SY of PCC pavement removal and 35,000 SY of 16 inch PCC pavement reconstruction), base, and adjacent paved shoulders at the West Ramp; also relocate underground utilities and warm-up pad; to provide taxiway edge lighting, blast deflector, drainage and markings, and all necessary support; to demolish warm-up pad. This is a Military Construction (MILCON) Air Force project. Contract is scheduled to be awarded by 31 Mar 2010 and performance of field work is to be complete by 1 Oct 2010. This period includes completion and approval of design, submission and approval of materials and completion of construction activities. NAICS Code is 236220. The estimated cost range is between 10,000,000 and 25,000,000, but closer to $10,000,000 (20% of the work to be self-performed). All interested contractors should notify this office in writing by mail or fax by January 18, 2010, 2:00 PM Louisville local time. Responses should include: (1) Identification of the company as a Small Business and if applicable, the type of SBA program(s) (HubZone, 8(a), Small Disadvantaged Veteran-Owned Business, etc.) as appropriate. (2) past experience should describe completed Design-Build airfield runway paving projects that are similar or larger in size and scope to the proposed project, the percentage of self-performed work, how that was accomplished, demonstrate the ability to complete a project in one construction season without prolonged impact to airfield operations and the performance rating for the work. Similar projects are expected to consist of least 30,000 SY of 16 of PCC pavement for commercial airfields that are classified by the FAA as primary airports or military airfields. Heliports will not qualify as experience. (3) capability of obtaining performance and payment bonds for the project in the dollar range listed above, (4) a statement verifying the contractor will self-perform 20% of the work and how it will be accomplished. NOTE: If qualified/certified Small Businesses do not respond, this planned contract action will be converted to a full and open competition. Send responses to the U.S. Army Corps of Engineers, Louisville District, 600 Dr. M.L. King, Jr. Place, Room 821, ATTN: Chris Brackett, Louisville, Kentucky 40202-2267 or by email to Christopher.T.Brackett@usace.army.mil. This is NOT a request for proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-WPAFBOH/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02034566-W 20100106/100104235820-433f00c461e0c0da284339d1aeff7065 (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.