Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOURCES SOUGHT

38 -- Joint Services Paving Indefinite delivery Indefinite Quantity IDIQ.

Notice Date
1/6/2011
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZPAVING2011
 
Response Due
1/13/2011
 
Archive Date
3/14/2011
 
Point of Contact
hunter.davenport, 719-526-3181
 
E-Mail Address
Fort Carson DOC
(hunter.davenport@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command (MICC) Fort Carson Contracting Office (FCCO) has indentified a project requirement for Joint Services Paving Indefinite delivery Indefinite Quantity IDIQ. This Announcement is neither a Solicitation nor a Request for Proposals and does not obligate the Government to any contract award. A SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE NOT AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to determine the interest and capability of potential firms relative to the North American Industry Classification Code (NAICS) 237310 (Highway, Street, and Bridge Construction). The Small Business Size Standard is $33.5 million. The Government will use responses to the sources sought synopsis to make an appropriate acquisition decision about soliciting this project. Project Information: The major functions covered under this acquisition includes paving trails, paving parking lots, constructing roads, pouring concrete, striping, road resurfacing, minor landscaping, minor electrical and rotomilling, This contract will support several installations in the Colorado Front Range area to include Fort Carson Army Base, Peterson and Schriever Air Force Bases, and Cheyenne Mountain Air Force Station in Colorado Springs, Buckley Air Force Base in Denver, Pueblo Chemical Depot in Pueblo, and Pinion Canyon Maneuver Site near Trinidad, CO. The anticipated contract type is potentially a multiple Indefinite Delivery Indefinite Quantity (IDIQ) type contract award. The estimated magnitude is more than $10M. The period of performance is estimated at a base year period and four (4) one-year option periods for a performance not to exceed five (5) years. All parties are advised this project may be revised or cancelled at any time during the solicitation, selection, evaluation, negotiation, and final award phases. The work is construction work and subject to the Davis Bacon Act requirements. The successful contractor shall provide 100% performance and payment bonds at the delivery order level in accordance with Federal Acquisition Regulation Part 28. In responding to this sources sought, please provide the following: 1. Your Interest and capability to do the above work on assigned projects of this nature; 2. Your company profile to include your DUNS number, cage code, and a statement regarding your current business status (small/large), if a small business identify whether or not your classification includes a specific classification. (i.e.-certified 8(a), Service-Disabled Veteran-Owned (SDVOSB), or certified HubZone) 3. Your experience performing efforts of construction projects similar in size and scope including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, a Government point of contract with current telephone, and a brief description of how the referenced contract relates to the construction described herein; 4. Your bonding capacity for the aggregate and project level; 5. Your company information to include name, physical address, phone number and email address. The Government is not responsible for any costs incurred by respondents regarding any responses to this notice. Respondents should not submit any proprietary information when responding to this notice. Respondents should also note that the Government will not return any information submitted in response to this notice. Submit this information to the point of contract below, via the listed email address no later than 13 January 2011, 4:00 PM Mountain Daylight Time. Telephone inquiries will not be accepted. Release of a synopsis of the requirement is anticipated in March 2011. It is anticipated that performance will begin August 2011. The closing date and time for submission of bids, and other pertinent information will be contained in any subsequent issuance of a solicitation package. Interested bidders are responsible for monitoring the FBO website for the release of the solicitation and any other pertinent information. All contractors shall be registered in the Central Contractor Registration (CCR) database to be considered for contract award. Contractors can obtain further information on the CCR website at http://www.ccr.gov. Prospective offerors who would like their company name included on the Bidders Mailing List may do so through the FBO website under "Interested Vendor's List." Due to the availability of electronic documents on the project, the Government will not be maintaining a separate Bidder's Mailing List. This notice does not obligate the Government to award a contract or multiple contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4484f226641d5be91991d11748ca7262)
 
Place of Performance
Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN02355233-W 20110108/110106233914-4484f226641d5be91991d11748ca7262 (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.