Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOURCES SOUGHT

Y -- UAS FTU Airfield Paving, Holloman Air Force BaseOtero County, New Mexico

Notice Date
2/25/2010
 
Notice Type
Sources Sought
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-10-R-0033
 
Response Due
3/12/2010
 
Archive Date
5/11/2010
 
Point of Contact
Kathleen Mayer, 505-342-3391
 
E-Mail Address
USACE District, Albuquerque
(kathleen.mayer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Albuquerque District has been tasked to solicit for and award a project for the UAS FTU Airfield Paving at Holloman Air Force Base, Otero County, New Mexico. The Proposed project will be a Firm Fixed Price contract. The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The project is to construct a Parallel Taxiway consisting of 1.25 miles of rigid airfield pavement from Taxiway Delta to Taxiway Alpha. The airfield pavement is designed for medium load mixed traffic aircraft. The work requires grading to match existing runway and taxiway elevations. Drainage structures are designed to carry surface rainwater runoff to water holding areas. Airfield lighting will be extended along the new taxiway and connect to the light vault located by the control tower. The pavement section consists of 17.5 inches of rigid pavement over 5 inches of aggregate base course over 6 inches of compacted subgrade. 49,100SM (58,723SY) of rigid concrete pavement with 10 foot flexible asphalt pavement shoulders is the total scope. The project also involves the construction of a Live Ordinance Live Area (LOLA) consisting of 25,000SM (29,900SY) of rigid concrete pavement with 10' flexible asphalt shoulders to park aircraft with live ordnance adjacent to Taxiway Echo. This pavement also is designed for medium load mixed traffic aircraft. The pad is designed to park 6 aircraft at one time. The LOLA is designed to drain surface rainwater runoff away from the pad. Airfield lighting is also required around the perimeter of the LOLA. The technical requirements of the paving section are: 1.3.1.1 Batching and Mixing Plant a. Location: The batching and mixing plant shall be located on project site. Water and electrical power are available on the project site. There shall be operable telephonic or radio communication between the plant and the placing site at all times concreting is taking place. 1.3.1.5 Paver-Finisher a. General: The paver-finisher shall be a heavy-duty, self-propelled machine designed specifically for paving and finishing high quality pavement. The paver-finisher shall weigh at least 2200 lb/foot of lane width, and shall be powered by an engine having at least 6.0 horsepower/foot of lane width. The paver-finisher shall spread, consolidate, and shape the plastic concrete to the desired cross section in one pass. The mechanisms for forming the pavement shall be easily adjustable in width and thickness and for required crown. In addition to other spreaders required by paragraph Transfer and Spreading Equipment, the paver-finisher shall be equipped with a full width knock-down auger or paddle mechanism, capable of operating in both directions, which will evenly spread the fresh concrete in front of the screed or extrusion plate. Estimated Construction Range: Between $10,000,000 & $25,000,000. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237310. Small Business Size Standard for this acquisition is $33.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Award will be based on Lowest Price Technically Acceptable (LPTA) to the Government. Anticipated solicitation issuance date is on or about 24 April 2010, and the estimated proposal due date will be on or about 26 June 2010. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 10 April 2010. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: "Offerors name, address, point of contact, phone number, and e-mail address. "Offerors interest in bidding on the solicitation when it is issued. "Offerors capability to perform a contract of this magnitude and complexity (include offerors experience in similar construction within the past 5 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. "Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) "Offerors Joint Venture information if applicable existing and potential "Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Offerors shall respond to this Sources Sought Synopsis no later than March 12, 2010. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to ATTN: Ms. Kathleen Mayer, Contract Specialist, USACE-SPA, 4101 Jefferson Plaza NE, Albuquerque, New Mexico 87109, FAX No. 505-342-3496 or Email address:kathleen.mayer@usace.army.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-10-R-0033/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN02076122-W 20100227/100226094133-9893cc1010185a84991fe44aafba87e1 (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.