Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOURCES SOUGHT

Z -- Repair Taxiway G & East Ramp, Joint Repair

Notice Date
6/29/2016
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 439 CONF/LGC, 250 Airlift Drive, Westover ARB, Chicopee, Massachusetts, 01022-1507, United States
 
ZIP Code
01022-1507
 
Solicitation Number
FA6606-16-B-0001
 
Archive Date
7/21/2016
 
Point of Contact
Ewa Gosselin, Phone: 4135572828, Lowell T. Manning, Phone: 4135572604
 
E-Mail Address
ewa.gosselin@us.af.mil, Lowell.Manning@us.af.mil
(ewa.gosselin@us.af.mil, Lowell.Manning@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. This notice is posted in accordance with FAR 5.2 and FAR 36.213-2 Project: Repair Taxiway G & East Ramp, Joint Repair - Air Base Solicitation Number: FA6606-16-B-0001 The 439th Contracting Flight located at Westover Air Reserve Base, Chicopee, MA is seeking capabilities packages of potential sources to complete repairs to Taxiway G & East Tamp, Joint Repair, Chicopee, MA. This sources sought is for planning purposes only. The project includes the removal and replacement of the existing sealant and backer rod in the construction joints according to UFC 3-250-08FA. Also, included in the scope of this project is the repair of spalls, damaged joints, and deteriorated concrete panels in accordance with ETL 09-2 (with change 1) and UFC 3-270-03. The airfield marking impacted by this construction are to be repainted as needed and in accordance with UFC 3-260-01 and ETL 04-2. SPECIAL REQUIREMENTS: Contract type will be Firm-Fixed Price. Dollar magnitude for this contract is between $5,000,000 and $10,000,000. The anticipated performance time is 350 days (not including winter shut down period from 1 December to 31 March). The NAICS Code assigned to this acquisition is 237310 (Highway, Street, and Bridge Construction) with a Size Standard of $36.5M. NOTICE TO OFFEROR(S)/SUPPLIER(S): THIS IS NOT A REQUEST FOR A PROPOSAL OR INVITATION FOR BID AND FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THAT 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 OFFEREOR FOR ANY COSTS. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status/statuses (SB, 8(a), SDVOSB or HUBZone). 8(a), SDVOSB, and HUBZone firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the three categories, this requirement may be set aside. Should an insufficient number of responses be received in the three categories, the requirement may be issued as unrestricted. Interested 8(a), SDVOSB, and HUBzone concerns should indicate interest to the Contracting Specialist, in writing or email, as early as possible, but no later than 6 July 2016. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. All interested Prime contractors who intend to submit this bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 2:00 p.m. EST on 6 July 2016. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify under the applicable NAICS codes (SB, 8(a), SDVOSB or HUBZone). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Evidence of recent (within the last five years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles 3. Dollar amounts 4. Percent and description of work self-performed 5. Customer points of contacts with current telephone number (d) Evidence of bonding capability of a minimum of $8,000,000. All of the above information must be submitted in sufficient details for a decision to be made on availability of interested concerns. If adequate interest is not received from SB, 8(a), SDVOSB or HUBZone concerns, the solicitation may be issued as unrestricted without further notice. NOTES: (1) The solicitation, SOW and drawings will be available on the website on or about 21 July 2016, at www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this sources sought. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and-or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. (6) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (7) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/439LSSLGC/FA6606-16-B-0001/listing.html)
 
Place of Performance
Address: Westover Air Reserve Base, Chicopee, Massachusetts, 01022, United States
Zip Code: 01022
 
Record
SN04165970-W 20160701/160629234844-bf14b6d2dbcd4940b745e37758c966b3 (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.