Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOURCES SOUGHT

Y -- Repair Runway, 29 End, Minot AFB, ND

Notice Date
11/1/2012
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-13-S-M002
 
Archive Date
11/28/2012
 
Point of Contact
Donna R. Larson, Phone: 4029952066
 
E-Mail Address
donna.r.larson@usace.army.mil
(donna.r.larson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought: W9128F-13-S-M002 Remove and replace existing Runway 29 End concrete keel section including 10' width of adjacent asphalt runway pavement each side of keel; remove/replace existing runway edge drainage system; remove Taxiway H (4" ACC, 11,600 SY). The US Army Corps of Engineers, Omaha District is seeking qualified Small Business Community members [Section 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Historically Underutilized Business Zone (HUBZone)] or small business-led teams and joint ventures and Other than Small (OTS) Business concerns, that qualify under the North American Industry Classification System (NAICS 237310NAICS ) for the entire management, removal and construction activities for the Repair Runway, 29 End, Minot AFB, ND. This Sources Sought Notice is for approximately 23,600 CY of new concrete conforming to UFGS 32 13 11 CONCRETE PAVEMENT FOR AIRFIELDS AND OTHER HEAVY-DUTY PAVEMENTS. UFGS 32 13 11 includes very stringent fine and coarse aggregate deleterious materials limits unique to military airfield pavement construction. Weather severity classification of "severe" and the associated deleterious materials limits for coarse aggregate shall be required for this project. UFGS 32 13 11 requirements for both fine and coarse aggregates evaluation and testing for Alkali-Silica Reactivity (ASR) shall be enforced.. The Air Force durability requirement of aggregate having a minimum 5 year satisfactory freeze/thaw service record for three concrete paving projects shall also be enforced. Aggregate not having a satisfactory demonstrable service record shall have a durability factor of 50 or more when subjected to freezing and thawing of specimens prepared in accordance with ASTM C 1646/C 1646M and tested in accordance with ASTM C 666/C 666M, Procedure A. Associated work includes the installation of 47,500 LF of preformed compression joint seal; placement of 1100 tons of asphalt conforming to UFGS 32 12 15 HOT-MIX ASPHALT (HMA) FOR AIRFIELDS; removal & replacement of Runway End 29 threshold lighting bar; removal & replacement of 20,000 LF of runway/taxiway edge light cable, conduit and counterpoise, Two new 50 KW constant current regulators, 32 elevated & semi-flush runway/taxiway edge light, base & transformer installation; pavement marking; and minor grading. All construction work described above will be completed in a very short time frame (4-5months). The above project description and approximate quantities are for information only. Project scope of work and associated quantities are subject to change. Link to UFGS 32 13 11 specification: http://www.wbdg.org/ccb/browse_cat.php?c=3 THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL AND OR BID. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to provide the consolidated requirements. Interested contractors, including small businesses and small business-led teams that qualify under NAICS Code 237310 XXXXX (Highway, Street, and Bridge ConstructionOther Heavy and Civil Engineering Construction) are hereby invited to submit a response to the market survey of no more than five pages to demonstrate their technical, managerial and business capability to provide the requested services. It is anticipated that the Government will issue a firm-fixed contract for services rendered. The estimated period of performance is 180 calendar days. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. Contractors responding to this market survey must submit their responses via e-mail to Donna Larson at donna.r.larson@usace.army.mil no later than 1400 Central Daylight Time, November 13, 2012. For technical assistance, firms should e-mail Christopher Neuzil at Christopher.k.neuzil@usace.army.mil. For all other assistance, please contact Donna Larson via email at donna.r.larson@usace.army.mil All responses must provide the return e-mail address, mailing address, telephone number, and facsimile (fax) number. PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE. Market Survey General Information 1) What is your company name, address, point of contact, phone number, and e-mail address and DUNS number? 2) What is your business size? 3) Any socio-economic categories (i.e. SDB, HUBZone, SDVOSB, VOSB, WOSB)? 4) Do you have any corporate affiliations? If so, please identify. 5) Are you interested in participating as a leader or member of a small business-led team? a. If so, specify what type of team arrangement (joint venture, prime contractor/subcontractor, other). b. Provide a list of potential team members and associated disciplines, if known. c. Describe your current/anticipated team management structure. d. Explain any financing arrangements/options available to your team that would support performance under a firm fixed price at an anticipated cost of $10-$15 million. Past Performance Information 1) Please provide any past performance information for the previous 5 years that clearly demonstrates familiarity and experience with similar projects (at least two). For each project, include the following information: a. Size, term, and complexity of job; b. Information on your role as either a prime contractor or sub-contractor; and c. Point of contact (POC) at the agency or prime contractor's organization to verify contact information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project. 2) Please provide a brief description of your experience either managing a team or acting as a member of a team of businesses working on large, complex projects. Provide POCs (name, address, e-mail address, and telephone number) that can verify this experience. 3) Provide bonding limits per project and aggregate. All interested Offeror/Contractors should submit their information to Donna Larson via email only, Not Later Than 1400 CDT on Tuesday, November 13, 2012. Email address: donna.r.larson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-13-S-M002/listing.html)
 
Place of Performance
Address: Minot AFB, ND, Minot, North Dakota, 58704, United States
Zip Code: 58704
 
Record
SN02923066-W 20121103/121101234719-438bb42fd620d5c10cecd0dee6e0e783 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.