Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
MODIFICATION

Z -- W912QG-10-R-0003, SOURCES SOUGHT has been corrected to add FSC Code Z-124 and anticipated project will be performed at McEntire Joint National Guard Base (JNGB).

Notice Date
2/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USPFO for South Carolina, 9 National Guard Road, Columbia, SC 29201-4763
 
ZIP Code
29201-4763
 
Solicitation Number
W912QG-10-R-0003
 
Response Due
2/18/2010
 
Archive Date
4/19/2010
 
Point of Contact
Shari Zimmerman, 803-806-1538
 
E-Mail Address
USPFO for South Carolina
(shari.zimmerman@sc.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT notice ONLY to gain knowledge of potential small businesses capable of performing in the specialized areas noted in this notice. No award will be made from this Sources Sought notice. No solicitation, specification, or drawings are available at this time; therefore DO NOT request copies of such. Responses to this notice will be evaluated solely for the purpose of making a determination to set-aside this project for the small business community or to conduct an unrestricted procurement. In the event it is determined by the Contracting Officer that adequate small business contractors are not available for competition for this project, it will be advertized as unrestricted. The estimated cost range according to FAR 36.204 is more than $10,000,000 for this project. The North American Industry Classification System (NAICS) code for this work is 237310. The Federal Supply Code is Z-124, Airport Runways. The small business size standard is 33.5 million average annual revenue for the previous three years. Anticipated project will be performed at McEntire Joint National Guard Base (JNGB), Eastover, South Carolina and consists of: 1) AIRFIELD PAVEMENT - Providing asphaltic cement concrete (ACC) overlay for a portion of the 9,000 LF runway and for all of its associated taxiways. Milling will be provided for transitions and modifications in runway elevations. Approximately 182,000 SY of asphalt overlay will be placed after cleaning and sealing cracks in existing pavements. A major modification of the runway will be required to provide approximately 6,700 SY of Portland cement concrete (PCC) for the BAK 12/14 aircraft arresting system. Shoulders of the runway will be widened two feet each side. SPECIALIZED EXPERIENCE IN PROVIDING REPAIR AND PAVING OPERATIONS AT MAJOR AIRFIELDS IS REQUIRED. 2) AIRCRAFT ARRESTING SYSTEM (AAS) - Relocate and modify infrastructure for the existing BAK 12/14 aircraft arresting systems (2 systems). Site work includes selective demolition, grading, asphalt and concrete pavement, electrical modifications, and construction of four new modular buildings (two buildings per system) to house the aircraft arresting systems. Government Furnished contractor installed Equipment will be removed and reinstalled. Extensive coordination with base personnel required. SPECIALIZED EXPERIENCE IN AIRCRAFT ARRESTING SYSTEM MODIFICATIONS IS REQUIRED. 3) PARKING APRON - Remove approximately 14,000 SY of existing approximately 6-inch thick concrete pavement slabs, excavate to new sub-grade elevation, place dowels, and provide and install 12-inch thick (650 psi minimum flexural strength) concrete slabs. Concrete foundations for existing aircraft sunshade structures required. SPECIALIZED EXPERIENCE REPLACING CONCRETE AIRCRAFT PARKING APRONS ON ACTIVE AIRFIELDS IS REQUIRED. 4) AIRFIELD LIGHTING Remove existing Precision Approach Path Indicators (PAPIs), high voltage wiring and regulator. Install new high voltage wiring, regulator and PAPIs system. Install lighted mandatory and informational taxiway guidance signs at various locations on the airfield. SPECIALIZED EXPERIENCE INSTALLING AIRFIELD LIGHTING SYSTEMS REQUIRED. 5) RUNWAY 14 OVERRUN Provide approximately a 150-foot wide and 1,000-foot long asphaltic cement concrete (ACC) overrun with 5-inch asphalt over 8-inch base course. Existing Approach Light System with Sequenced Flashing Lights (ALSF-1) system will be modified for semi-recessed mounted fixtures in new pavement for approximately the first 1,000 feet. The next approximately 1,600 feet of approach lighting system will be modified to support new overrun sight elevations. SPECIALIZED EXPERIENCE INSTALLING AND MODIFYING AIRFIELD CONTROL AND LIGHTING SYSTEMS REQUIRED. Your attention is directed to FAR Clause 52.219-14(b)(4) LIMITATIONS ON SUBCONTRACTING which states By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for Construction by a special trade contractor, the concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees applies to this project if set aside for small business. All interested small business concerns are invited to respond to this Sources Sought announcement. Please provide the following: 1) Respondents shall provide a list of projects completed during the past three years, both for government and private industry that best demonstrates the companys experience relative to the types of work covered by this requirement and addressing each facet (1-5) of the project concerning SPECIALIZED experience. Projects should be similar in size, scope, and complexity to this requirement. This project is located on an active airfield. Respondents shall have SPECIALIZED experience working on an active airfield construction site and have familiarization with FAA and Air Force standards and regulations. Type of project, dollar value, contract number, location, and POC are to be included. Indicate if you were a prime or a subcontractor; and if subcontractor, provide name and point of contact for the prime contractor. 2) Respondents shall provide a brief outline of resources, subcontractors, and key personnel that would be used to accomplish this project. 3) Respondents shall provide its bonding capacity for both a single contract and aggregate capacity. Provide type of small business concern, for example: 8(a), HUBzone, Service Disabled Veteran-Owned. Provide your DUNS Number. Respondents must be registered in CCR (www.CCR.gov) with the socio economic status identified and the NAICS code specified in this sources sought announcement. If the contractors CCR record does not include this projects NAICS code, the firm will not be considered. Respondents will NOT be notified of the evaluation results of this sources sought announcement. All proprietary information not to be disseminated in Government documents must be clearly identified. Please respond to this announcement no later than 2:00 PM (EST) on 18 February 2010, via fax, 803-806-1540 or email to shari.zimmerman@sc.ngb.army.mil. The subject line of the fax or email shall state: W912QG-10-R-0003, SOURCES SOUGHT RESPONSE. Emails shall be no more than 3MB in size. If additional space is needed, more than one email may be sent. Please mark your emails as 1 of 2, 2 of 2, etc., immediately following SOURCES SOUGHT RESPONSE in the subject line. Responses received after the deadline or without required information shall be considered unacceptable and will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA38/W912QG-10-R-0003/listing.html)
 
Place of Performance
Address: USPFO for South Carolina 9 National Guard Road, Columbia SC
Zip Code: 29201-4763
 
Record
SN02062222-W 20100212/100210234455-d4439bda784682d359a2597b79c1b148 (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.