Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
SOURCES SOUGHT

Z -- Airfield Striping

Notice Date
1/23/2012
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
FA4659-12-R-0003
 
Archive Date
2/15/2012
 
Point of Contact
2dLt Amanda Nerg, Phone: 7017475284, Paula Reinhard, Phone: 7017475281
 
E-Mail Address
amanda.nerg@us.af.mil, paula.reinhard@us.af.mil
(amanda.nerg@us.af.mil, paula.reinhard@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a potential competitive 100% set aside for 8(a), HUBZone, Service Disabled Veteran Owned Small Business, or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on a demolition solicitation. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The Pavement Striping contract is a Firm-Fixed Price (FFP), requirements contract which principal features are striping of pavement markings and application of pavement markings to airfield, streets, roadway, and parking lot pavements. Pavement markings work shall include necessary removals (water-blasting or sandblasting), reflective pavement markings, non-reflective pavement markings, restricted area pavement markings, and necessary layout to complete the work detailed on each task order and other construction support as required. The magnitude of this contract is between $1,000,000 and $5,000,000. The duration of this contract is one (1) basic plus four (4) option years. A winter exclusion construction period of 1 Oct - 15 May shall apply. Work to be performed will be within the North American Industry Classification System (NAICS) Code 237310 Highway, Street, and Bridge Construction and the small business standard of $33.5M. During the contract period, Base Civil Engineering will identify pavement striping and application tasks required for each specific job and Contracting will negotiate and issue individual task orders to the contractor for those jobs. If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to 2dLt Amanda Nerg and Paula Reinhard via mail addressed to 319 CONF/LGCA, 575 Tuskegee Airmen Blvd Bldg 418, Grand Forks AFB, ND, fax to (701) 747-4215, or email to amanda.nerg@us.af.mil and paula.reinhard@us.af.mil, not later than 4:00 PM CDT, 31 Jan 2012. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (701)747-5284 or (701)747-5281 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Request interested firms respond to this notice and include the following in their Capability Statement: (a) Firm's INFORMATION [name, address, phone number, CAGE Code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor]; (c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant demolition experience with a primary focus on Indefinite Delivery Indefinite Quantity (IDIQ) type contracts and simultaneous performance of multiple projects at different locations and include a summary of relevant and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) INDUSTRY STANDARDS [Interested contractors must demonstrate a history of relevant demolition experience with the following standards or codes: Paint, Varnish, Lacquer, and Related Materials; Methods of Inspection, Sampling, and Testing (141B), Sacks, Shipping, Paper (UU-S-48F), Paint Traffic and Airfield Marking, Water Base (PWC-DS-1952B), Beads, Glass Spheres, Retroflective, Low Refraction Gradation A (Coarse Drop-on) (TT-B-1325), Containers, Metal (MIL-C-124B#1), Marking for Shipment and Storage (MIL-STD-129H Ch 1), Identification arid Marking of United States Military (MIL-STD-130E), Air Force Installations and Facilities (AFI 32-10), Standards for Airfield Marking (AFI 32-1042)]. (f) BONDING CAPABILITY on individual projects and aggregate requirements; (g) PERCENT OF WORK the firm can commit to accomplishing pavement striping with in-house (no subcontracted) labor. Interested contractors must provide the above information to the points of contacts listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages. The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, it will be posted on this website. This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/FA4659-12-R-0003/listing.html)
 
Place of Performance
Address: Grand Forks AFB, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN02658894-W 20120125/120123233918-c06ba6e35404a27e44d14a70955cb0c0 (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.