Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOLICITATION NOTICE

Z -- AIRFIELD PAVEMENT PROJECTS, McEntire Joint National Guard Base, Eastover, SC

Notice Date
2/23/2010
 
Notice Type
Presolicitation
 
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
3/9/2010
 
Archive Date
5/8/2010
 
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
The South Carolina National Guard intends to issue on or about Tuesday, 9 March 2010, a Request for Proposal (RFP) solicitation as an UNRESTRICTED FULL AND OPEN COMPETITION for a Firm-Fixed-Price Construction Contract performed at McEntire Joint National Guard Base (JNGB), Eastover, South Carolina. 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. This project will require extensive phasing in close coordination with JNGB personnel. The Government reserves the right to award all or a portion of this project based on availability of funds to one successful contractor. Project consists of furnishing all plant, labor, equipment, materials, and supervision necessary in strict accordance with plans and specifications to perform work in connection for each of the following: 1) MAINTAIN/REPAIR AIRFIELD PAVEMENTS (PSTE 042014) - Provide asphaltic cement concrete (ACC) overlay for a major portion of the 9,000 LF runway and for portions of selected taxiways (Taxiway A, K, and P). Provide milling for transitions and modifications in runway elevations. Place approximately 170,000 SY of asphalt overlay, 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) runway pavement for the BAK 12/14 aircraft arresting system. Paved shoulders of the runway are to be widened two feet each side. Various options and unit pricing will be utilized in determining the amount of work to be accomplished for this portion of the project based on availability of funds. The prospective contractor must be available to work 24/7 beginning on or about 15 July and concluding on or about 15 September 2010 to accomplish this portion of the project. 2) MODIFY/REPLACE AIRCRAFT ARRESTING SYSTEM (AAS) (PSTE 050712) - 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. Remove and reinstall Government Furnished contractor installed equipment. Extensive coordination with base personnel required. 3) REPAIR AIRCRAFT PARKING APRON (PSTE 082026) - Remove approximately 25,000 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. Provide concrete foundations for existing aircraft sunshade structures. Various options and unit pricing will be utilized in determining the amount of work to be accomplished for this portion of the project based on availability of funds. 4) REPAIR AIRFIELD LIGHTING (PSTE 082027) - 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. 5) REPAIR RUNWAY 14 OVERRUN (PSTE 092003) - 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. Modify existing Approach Light System with Sequenced Flashing Lights (ALSF-1) system for semi-recessed mounted fixtures in new pavement for approximately the first 1,000 feet. Modify the next approximately 1,600 feet of approach lighting system to support new overrun sight elevations. Various options and unit pricing will be utilized in determining the amount of work to be accomplished for this portion of the project based on availability of funds. The Request for Proposal (RFP) solicitation will be available by electronic transmission on the Federal Business Opportunities web page at http://www.fbo.gov on or about 9 March 2010. Once the solicitation is posted, it is incumbent upon interested parties to review the site frequently for any updates/amendments to any and all documents. Contractors must be registered in Central Contractor Registration (CCR) (www.CCR.gov) to be eligible for award. If the contractors CCR record does not include the NAICS code associated with this project, the firm will not be considered. All prospective contractors planning on submitting an offer in response to the subject RFP solicitation must go to www.bpn.gov to add/update its ORCA record. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. A Pre-Proposal Site Visit is tentatively scheduled for Friday, 19 March 2010. Details will be provided in the RFP solicitation documents to include time, place, and instructions for base access to McEntire JNGB. Request for Proposal solicitation will provide details on access to project plans and specifications. Additionally, a CD will be provided to each General Contractor at the Pre-Proposal Site visit. Paper copies will not be available. Interested parties or contractors are encouraged to attend and shall register in accordance with the provisions outlined in the solicitation. The RFP solicitation will close on or about Friday, 9 April 2010. Anticipated award date is Thursday, 6 May 2010. A Pre-performance Conference will be held and Notice to Proceed issued within 10 days after award. A mandatory Portland Cement Concrete and Hot Mix Asphalt workshop will be conducted by the US Corps of Engineers on 25-27 May 2010 for the successful contractor and his subcontractors. The successful contractor will be selected based upon the Best Value to the Government. Best Value is the most advantageous offer, price, and other factors considered, which is consistent with the Governments rated importance of evaluation criteria contained in the RFP solicitation documents.
 
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
SN02073106-W 20100225/100223235536-01ea0488c5bc64eca387b868701dab2d (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.