Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOURCES SOUGHT

Z -- Repair Taxiway D at Wright-Patterson AFB

Notice Date
7/12/2016
 
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, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-16-RepairTaxiwayWPAFB
 
Archive Date
8/10/2016
 
Point of Contact
Kelvin Demtrius France, Phone: (502)315-7409
 
E-Mail Address
kelvin.d.france@usace.army.mil
(kelvin.d.france@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the following: The project involves a full depth 18 inch concrete replacement of the taxiways, asphalt shoulders, drainage and airfield lighting, signage and sub base. For the short runway, mill and break up the existing concrete pavement in place as sub-base and overlay with 12 inches of heavy duty hot mix asphalt and re-construct shoulders including pavement markings. Contract duration is estimated at 18 months. Type of action is Design - Bid - Build Construction. The estimated cost range between $25,000,000.00 and $100,000,000.00. NAICS code: 237310 All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 26 July 2016 1:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Construction of concrete airfield pavements for commercial airfields that are classified by the FAA as primary airports or are military airfields. Heliports will not qualify as experience. Construction of new taxiway edge lights, ground NAVAIDs, and runway edge lights. b. Projects similar in size to this project include: a minimum of 500,000 square feet. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The type and percentage of the contract cost, excluding cost of materials that was self-performed as physical vertical and horizontal construction by construction trade. 6. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to MSG Kelvin France at kelvin.d.france@usace.army.mil. If you have questions please contact MSG Kelvin France at kelvin.d.france@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-16-RepairTaxiwayWPAFB /listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Wright-Patterson, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04179024-W 20160714/160712234606-55b7c0ff61fb2a03de8874ebd8664e75 (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.