Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
MODIFICATION

56 -- Repair Aprons Phase 2B

Notice Date
4/12/2012
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, Detachment 1, 21 CONS, Dag Hammarskjölds Allé 24, Copenhagen Ø, 2100, Denmark
 
ZIP Code
00000
 
Solicitation Number
FA2523-12-R-0002
 
Point of Contact
Robert A. Hanks, Phone: +45 3341 7467
 
E-Mail Address
robert.hanks@det1.dk
(robert.hanks@det1.dk)
 
Small Business Set-Aside
N/A
 
Description
Repair Aprons Phase 2B, Project No. WWCX 05-1036B The scope of the Repair Aprons Phase 2B (Project Number WWCX 05-1036B) requires the contractor to furnish all supervision, plant, labor, materials, tools, and equipment to repair 12,000 square yards (SY) of apron at Hangar 8 on Thule Air Base (AB), Greenland. The airfield at Thule AB was constructed in 1952-53. In 1993-94, the runway was repaired and new pavement placed. The aprons are now cracked and the pavement must be replaced. The pavement has deteriorated to the point that loose pieces of pavement could cause foreign object damage to aircraft. Also the sub-grade has failed causing depression in which melt water is gathering adjacent to the paved areas. The work includes but is not limited to: 1. Repair 12,000 SY of apron at Hangar 8 2. Establish and Operate quarry, rock crushing plant and asphalt plant 3. Repair work must correct deficient sub-grade drainage and reconstruct sub-grade depressions 4. Base course will be leveled and deteriorated pavement replaced 5. Painting and marking pavement The contractor shall be responsible for determining the amount of work needed to fulfill the requirements of the contract specifications and drawings. All quantities listed in the contract documents are estimates only. The awardee will be responsible for determining actual needs. The awardee will be responsible for obtaining the necessary shipping and use permits for explosives, etc. required to perform the work. The location of Thule Air Base limits exterior work to the months of June through September, although work is sometimes possible in May or October. Additionally, Thule Air Base's location demands that all supplies/personnel must be shipped/transported in/out via air/sealift. Thule Air Base is not a commercial air/sea port and there is no other access. Shipping schedules are dictated by Defense contracts, and materials and labor are not available locally. The project magnitude is between $1,000,000 and $5,000,000. The performance period for this project shall be approximately 2 years from issuance of the Notice to Proceed (NTP). ”Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.” Price-Performance Tradeoff (PPT) shall be used as the method of evaluation. It is anticipated the solicitation documents, including specifications and drawings, shall be posted electronically sometime in Mar 2012 with offers due 30 days thereafter. Any and all amendments shall be likewise posted. This solicitation and award is restricted in accordance with 10 U.S.C. 2304(c)(4) and FAR 6.302-4 International Agreement, to Danish and Greenlandic firms except when procurement from such sources is not feasible. No hard-copies of the solicitation will be distributed. Offerors are required to be registered in the Central Contractor Registry (see www.ccr.gov). Point of Contact: Jesper Nielsen, Contract Administrator, Phone +45 33 41 74 68, Fax +45 35 26 51 08, Email jesper.neilsen@det1.dk, or Robert Hanks, Contracting Officer, Phone +45 33 41 74 67, E-mail robert.hanks@det1.dk
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/D121CONS/FA2523-12-R-0002/listing.html)
 
Record
SN02721196-W 20120414/120413000136-b935c97a3ba256fa30cce4a742fe3ee8 (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.