Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
SOLICITATION NOTICE

Z -- IDIQ Airfield Paint and Rubber Removal

Notice Date
1/19/2012
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Vance Air Force Base Contracting, 246 Brown Parkway, Vance AFB, Oklahoma, 73705-5036
 
ZIP Code
73705-5036
 
Solicitation Number
IFB158B
 
Point of Contact
Rick L Murrow, Phone: 580-213-6054
 
E-Mail Address
rick.murrow.ctr@vance.af.mil
(rick.murrow.ctr@vance.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CSC Applied Technologies LLC (CSC) is contemplating the issue of solicitation IFB158B for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to Maintain Airfield Pavements Paint and Rubber Removal. Should an IDIQ contract result, any resulting work will be purchased by issue of a Delivery Order against the IDIQ contract. The contemplated solicitation would include work at Vance AFB to include airfield painting of markings on three runways, all taxiways, aircraft parking areas and Base street striping and marking, and is expected to include rubber removal on three runways as needed. Work is expected to also involve painting one non-precision asphalt runway markings, concrete aircraft parking area and concrete taxiway centerlines at Kegelman Auxiliary Air Field as needed. If awarded the IDIQ contract will have an effective period of approximately 31 calendar months from date of award through 30 September 2014 (Unit Costs for work in the IDIQ will be valid from date of award of IDIQ contract through 30 September 2014) and will include unit pricing by year that will be submitted by bidders as part of the Unit Price Book. No bid bond will be required because there is no specific dollar amount being bid. If a contract results 100% Payment and 100% performance bonds will be required for the amount of each delivery order issued. Bidders will be required to show proof of their ability to bond as part of their bid. Bidders should consider the impact to their bonding capacity when considering bidding on this IDIQ. Estimated maximum dollar amount of the entire IDIQ if completely funded for the entire 31 months is expected to be less than $1M. A single delivery order per year is anticipated for all work that can be done within available funding for any twelve month period. Minimum delivery is expected to be only one delivery order the first contract year and is anticipated to be less than $250K. Should funds for a minimum delivery in the first contract year be provided, no minimum delivery or dollar amount will apply for any following IDIQ contract year(s) and additional delivery orders may or may not result. Funds are not currently available for the contemplated IDIQ and have not been promised or guaranteed. There shall be no legal liability on the part of the Government or CSC should funding not be provided. In the absence of funding for a minimum delivery order in the first contract year no IDIQ contract will result. The work consists of furnishing all labor, equipment, quality control inspection and reports, materials and all other necessary supplies, fuels, lubricants, fluids, solvents, parts, tools, required to perform all operations in connection with removal of rubber and paint from primarily concrete airfield pavement surfaces and the repainting of markings. Also included is the surface preparation and layout of new and existing markings and application of traffic paints and reflective media to airfield and base street concrete or asphalt pavements in accordance with the specification and project drawings. Vance AFB is an AETC training Base which uses T-6, T-1 and T-38 aircraft for pilot training. These lighter aircraft do not typically create a great amount of built up rubber to be removed and the majority of removal is on one end of two runways due to more aircraft recoveries occurring on these ends because of predominate winds. The contractor will be allowed to paint or remove rubber on only one runway at a time and only during non-flying hours or when the Airfield is closed. This is due to the need for all runways to accomplish the training mission. Contractor certification of equipment paint and rubber removal rates using a vehicle mounted non-chemical water blast method capable of removing 95% of rubber deposits at a rate of 10,000SF/Hr and 95% of existing paint at a rate of 1,000SF/Hr will be required. A satisfactory past performance history of work accomplished on an active military airfield or commercial airfield is required. Each bidder's Unit Price Book will be used in predetermined estimated quantity Schedules for comparison between bidders to arrive at an apparent low bidder for this effort. Cost and Past Performance will be considered as equal in determining the apparent low responsible bidder. NAICS 237310, Small Business Set Aside Small Business Size $33.5M. Magnitude of the entire IDIQ $500K - $1M. Estimated Solicitation Issue Date: February 2, 2012 Once issued, please refer to the Solicitation Documents Folder of the solicitation download in the file Solicitation Offer and Award to confirm the following dates Pre-Bid, February 16, 2012, 10:00 a.m. at Vance AFB, OK meeting will begin in Building 200 Conference Room 123 (non-mandatory). Bid Opening, March 6, 2012 at 2:00 p.m. to be held at Building 200 Conference Room 123. Both the Pre-Bid and Bid Opening dates are subject to change. Please verify prior to dates shown to assure the scheduled events will occur as stated here. Please note: All interested persons wishing to attend the, non-mandatory but highly recommended, Pre-Bid Meeting to be held at Vance AFB must provide the following information a minimum of five (5) days prior to the Pre-Bid Meeting. The individuals name as it appears on their Driver's License, Driver's License Number, Driver's License State of Issue and last six digits of their Social Security Number. Provide the above via E-mail to rick.murrow.ctr@vance.af.mil. Valid driver's license and current insurance and registration for the vehicle being driven will also be required to be presented at time of arrival at the Visitors Center and prior to a Base pass being issued. It is important that information be provided no later than the Thursday of the week prior to the Pre-bid meeting date. Failure to provide this information may result in not being given access to the facility. Questions or clarifications should also be directed to either E-mail address rick.murrow.ctr@vance.af.mil. IFB158B package is expected to be available on or about the Estimated Solicitation Issue Date shown above from the FBO Vance AFB page. After solicitation issue it is your responsibility to check FBO frequently for possible addenda or other items that may affect the solicitation. Attention Bid Services, if you are providing notice of this project to your clients please post this entire synopsis including all instructions. Failure to do so will result in inadequate information and may result in your client's not being able to readily access pertinent project information needed to bid the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/CVC/IFB158B/listing.html)
 
Place of Performance
Address: Vance AFB, OK 3m South of Enid, OK, Enid, Oklahoma, 73703, United States
Zip Code: 73703
 
Record
SN02657229-W 20120121/120119234411-bffdd5a39aefe7d9b318d339303ad1b2 (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.