Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
MODIFICATION

Y -- Airfield Storm Drainage System

Notice Date
2/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, Georgia, 30069-4824, United States
 
ZIP Code
30069-4824
 
Solicitation Number
FA6703-12-R-0002
 
Archive Date
3/20/2012
 
Point of Contact
Patrina Sheffield, Phone: 6786555778, Thomas Milloy, Phone: 678-655-5783
 
E-Mail Address
patrina.sheffield@us.af.mil, Thomas.Milloy@us.af.mil
(patrina.sheffield@us.af.mil, Thomas.Milloy@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis for potential qualified offerors that have seven years experience, completed five contracts of this magnitude and have a Experience Modification Rating (EMR<1) to support an Airfield Drainage Construction Project located on Dobbins Air Reserve Base, GA. This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB) and does not serve to bind the U.S. Government in any way. Interested parties shall not be reimbursed for costs associated with preparation of their responses to this synopsis. 94th Contracting Flight, Dobbins ARB is conducting a market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to identify potential firms that have the skills, experience, knowledge, and capabilities required utilizing Unified Facilities Criteria (UFC), Unified Facilities Guide Specifications (UFGS) and Engineering Technical Letters (ETLs) as well as managing multiple utility teams through Critical Path Methods (CPM) to perform the following potential requirement: The purpose of this project is to correct deficiencies in the existing Airfield Storm Drainage system. There are approximately 1,446 acres of land draining and approximately 150 catchments on the airfield. The project will consist of two construction phases which will incorporate trenchless excavation (pipe size between 48" - 108" with lengths in excess of 500 ft.); engineered open trenches in excess of 30 ft. in depth that involve OSHA compliant shoring techniques; jack & boring under active runways and taxiways; removing and replacing high load concrete on airfield pavements; storm drain culverts; dewatering in excess of 1,000 LF; installation of box culverts (72"-84") in excess of 300 LF; and above ground and underground detention facilities. Work within the clear zone of the runway will be conducted during two 30 day runway closures for construction phase one and a displaced runway threshold for construction phase two. Experience may be required for implementing a displaced runway threshold within a specified time frame, placement of low density cellular concrete, Compliance with Clean Water Act 401/404 Permits and Purchasing of Wetland Mitigation credits. The North American Industry Classification System (NAICS) 237990, Small Business Standard Size $33.5M and the magnitude of construction will be $10M to $25M. For a Contractor to be considered within one of the socioeconomic classifications, they MUST perform at least 15% of the work. Responses to this notice will be used by the Government for market research to make appropriate acquisition decision. Contractor must be registered in Central Contractor Registry (CCR) (see internet site: http://www.ccr.gov) Responses to this Sources Sought shall include: Brief synopsis detailing how company can comply with minimum requirements identified in paragraph 1-3 above Business Name CAGE Code & DUNS Number Brief Description of Products or Services Sold Physical/Mailing Address Business Size Bonding Capability (Single and Aggregate) Point of contact Firm's Capability Statement Socio-Economic Status: i.e. HubZone, Service Disabled Veteran Owned Small Business (SDVOSB), 8(a), Women Owned Small Business (WOSB), Large etc. The Capability Statements should be no more than 5-pages in length. Interested parties can e-mail their recent capabilities and relevant history to Patrina Sheffield at Patrina.Sheffield@us.af.mil and thomas.milloy@us.af.mil, no later than 4:00 p.m. Eastern Standard Time, Monday, 5 March 2012. Facsimiles will not be accepted. This Sources Sought serves as Market Research only, not a firm commitment on the part of the U.S. Government nor does it constitute an order. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/94LGLGC/FA6703-12-R-0002/listing.html)
 
Place of Performance
Address: Dobbins ARB, Georgia, 30069, United States
Zip Code: 30069
 
Record
SN02683530-W 20120229/120227234521-b1f4b8a9c0a84798e7f755e1ce852a86 (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.