Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
SOLICITATION NOTICE

Y -- Design/Build Project for the West Ramp Phase II project WPAFB, OH.

Notice Date
1/25/2010
 
Notice Type
Presolicitation
 
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-R-0019
 
Response Due
3/11/2010
 
Archive Date
5/10/2010
 
Point of Contact
Katie E Lochner, 502-315-6189
 
E-Mail Address
US Army Corps of Engineers, Louisville
(katie.e.lochner@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis Design/Build Project for the West Ramp Phase II project, Wright Patterson Air Force Base, OH The West Ramp Phase 2 project is a Design/Build project that includes design completion and construction. The work includes demolition and replacement of a portion of taxiway pavement and aircraft warm-up pad at WPAFB, OH and all associated sub-surface layers. The pavement sections include primarily concrete pavement, but also includes asphalt shoulders. The demolition includes approximately 40,000 SY of concrete and 28,000 SY of asphalt and all associated sub-layers of material. The replacement includes approximately 33,000 SY of concrete and 2300 tons of asphalt in addition to all associated sub-surface layers. Other associated items of work include grading and drainage, airfield lighting, pavement marking, security fencing, final site seeding and sodding, and various utility relocation work. The construction activities must be coordinated with other construction activities in the area and with the airfield operations, and construction completion is required this year. Airfield pavement experience, similar to the project scope will be required of all bidders. The contract documents identify these parameters as well as other limitations to the execution of work. The awarded contractor shall provide on-site batch plant for the production of concrete. The contract duration is about 240 days. Facilities must comply with DOD minimum antiterrorism force protection construction standards. The North American Industry Classification (NAICS) Code is 236220, with a size standard of $33,500,000.00. A construction cost limit will be provided in the solicitation. The cost range according to the FAR is between $5,000,000 and $10,000,000. THIS SOLICITATION IS A FULL AND OPEN PROCUREMENT WITH A 10% HUBZONE PREFERENCE and will be selected based on a Best Value (Tradeoff) Process. This process requires potential offerors to submit their performance and capability information to be reviewed, evaluated, and rated by the Government. The proposal process for this single-phase procurement consists of the following: Experience of the Prime Contractor and Designer; Past Performance of the Prime Contractor and Designer; Technical Narrative; Price; and Pro Forma information. Site visit information will be provided in the solicitation document. A construction cost limitation will be provided with the technical requirements package. The proposal due date is on or about 12 March 2010, 2:00 p.m. (Eastern Time). Project documents will be available on or 10 February 2010 by download from the Internet only. Downloading of the project documents requires registration at the Federal Technical Data Solutions (FedTeds) website at http://www.fbo.gov. This announcement serves as the advanced notice for this project. Amendments will be available from the FedBizOps website by download only. Point of contact is: Katie.e.lochner@usace.army.mil, 502.315.6189.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0019/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
SN02048905-W 20100127/100125234503-bf36cb14344250cbbdcffe21e85fb1b4 (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.