Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOURCES SOUGHT

Z -- Paver/Sidewalk Repair

Notice Date
7/14/2015
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
MPLS_120013A
 
Archive Date
8/1/2015
 
Point of Contact
Andrew Sorensen, Phone: 210-671-6088
 
E-Mail Address
andrew.sorensen.1@us.af.mil
(andrew.sorensen.1@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. This notice fulfills the transmittal of synopsis per FAR 5.204. GENERAL INFORMATION: The 502d Contracting Squadron - Lackland is conducting Market Research to identify interested and capable Small Business contractors to provide all personnel, equipment, materials, supplies, labor, supervision and other items and services to install "poured in place" sidewalks with pavers at the Parade Field, JBSA Lackland, TX. As part of this requirement the prospective contractor is to provide complete detailed design-built drawings representing the entire project as constructed. The drawings shall be drawn to appropriate scales and dimensioned completely and accurately. Preliminary design-built drawings shall be submitted for government review/approval. Upon government approval of the preliminary design-built, the contractor shall submit the entire final set of hard copy and electronic design-built drawings for final approval and acceptance. The 100% Design drawings shall be signed and sealed, and utilize A/E/C CAD Standards, Rel 4.0 or latest release and SDSFIE 2.61 for compliance. The prospective ontractor shall design paver pattern as running bond design. The overall scope of work (SOW) includes demolition of existing sidewalk in the construction area and placing new ADA compliant sidewalk with pavers. The contractor shall be responsible for developing design analysis, plans, and specifications to accomplish the work in the SOW to include (but not limited to) the following: •· Install double curb flush unitary poured in place surfacing to include compacted base material and concrete slab on grade. •· Install concrete ramps meeting requirements of the Americans with Disabilities Act (ADA). •· Coordinate/obtain required digging permit before excavating prior to work beginning from the Installation Civil Engineers. •· Provide and install all necessary components for deep design paver sidewalks. •· Developing a plot plan that shows proper drainage, and grade soil to avoid water build-up on site, where conditions permit. •· Provide concrete sidewalk surfaces that show splice locations and splice lengths on the drawings. Standardize use of a few sizes of rebar, between bars that are of similar size. •· Provide designs and type materials used for compacted subgrade, sub-base and base course for concrete sidewalk for pavers on grade foundation. The contractor is to provide complete detailed design-built drawings representing the entire project as constructed. The drawings shall be drawn to appropriate scales and dimensioned completely and accurately. Preliminary design-built drawings shall be submitted for government review/approval. Upon government approval of the preliminary design-built, the contractor shall submit the entire final set of hard copy and electronic design-built drawings for final approval and acceptance. The 100% Design drawings shall be signed and sealed, and utilize A/E/C CAD Standards, Rel 4.0 or latest release and SDSFIE 2.61 for compliance. Interested Small Business parties capable of fulfilling this requirement are requested to contact Andrew S. Sorensen, Contract Specialist, at (210) 671-6088, andrew.sorensen.1@us.af.mil to confirm capability and experience.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/MPLS_120013A/listing.html)
 
Place of Performance
Address: JBSA Lackland, Lackland, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03796525-W 20150716/150714235715-dbfe8c9df3e1830389996ff508dfa506 (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.