Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
MODIFICATION

Y -- Replace Apron and Taxiways at 158th Fighter Wing South Burlington, VT

Notice Date
7/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Vermont, Camp Johnson, Building 3, Colchester, Vermont, 05446-3004
 
ZIP Code
05446-3004
 
Solicitation Number
W912LN-16-B-0001
 
Response Due
8/19/2016 2:00:00 PM
 
Point of Contact
James A. Belaski, Phone: 8023383186
 
E-Mail Address
james.a.belaski.civ@mail.mil
(james.a.belaski.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Document Type: Pre-solicitation Notice Classification Code Y- Construction of Structures and Facilities Set Aside: Unrestricted NAICS Code: 237310 Highway, Street, and Bridge Construction The USPFO for Vermont intends to issue an Invitation for Bid (IFB) to award a single firm fixed price contract for services, non-personal, to provide all labor, materials, tools, equipment, appliances, and supervision necessary to repair the apron, taxiway D and taxiway F at the 158th Fighter Wing, South Burlington, Vermont (Chittenden County). Apron work includes complete full-depth repair of over 64,000 square yards (SY) of Portland Cement Concrete (PCC) and Asphalt Cement Concrete (ACC) on the North and South apron with slip-form PCC paving which includes construct sub-base, base course, drainage, relocate utilities, asphalt shoulders, and adjusts longitudinal grades as required. Storm drainage within apron and shoulders will be included within this work. Taxiway edge lights and airfield lighting circuits affected will be replaced with new. Taxiway D work includes complete full-depth repair of over 33,000 SY of PCC and ACC on the taxiway with slip-form PCC paving and ACC shoulders which includes construct sub-base, base course, drainage, relocate utilities, asphalt shoulders, and adjusts longitudinal grades as required. Storm drainage within taxiway and shoulders will be included within this work. Taxiway edge lights and airfield lighting circuits affected will be replaced with new. Taxiway F work includes complete full-depth repair of over 62,000 SY of PCC and ACC on the taxiway with slip-form PCC paving and ACC shoulders which includes construct sub-base, base course, drainage, relocate utilities, asphalt shoulders, and adjusts longitudinal grades as required. Storm drainage within taxiway and shoulders will be included within this work. Taxiway edge lights and airfield lighting circuits affected will be replaced with new. The contract duration is 730 days after Notice to Proceed. This project is being procured as Unrestricted. The North American Industry Classification System (NAICS) code for this work is 237310, with a size standard of $36,500,000.00. The magnitude of this project is between $25,000,000.00 and $100,000,000.00. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. The tentative date for issuing the solicitation is on-or about 10 June 2016. The tentative date for the pre-bid is scheduled on-or about 14 July 2016 at 10:00 AM (Eastern). Actual dates, times, and location will be in the solicitation. Interested contractors are encourage to attend and shall follow conference registrations and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. All questions for the pre-bid conference must be submitted by NLT 48 hrs. prior to the pre-bid via email to james.a.belaski.civ@mail.mil and joyce.l.merrill.mil@mail.mil. The bid opening date is scheduled for on-or about 2 August 2016 at 2:00 PM (Eastern). Actual dates and times will be identified in the solicitation. Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM. You will need your DUNS number in order to register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 15 business days. PLAN ACCORDINGLY) Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 15 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is a competitive invitation for bid and there will be a formal public bid opening. DISCLAIMER: The official plans and specifications are located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA43/W912LN-16-B-0001/listing.html)
 
Place of Performance
Address: 158th Fighter Wing, Vermont Air National Guard, South Burlington, Vermont, 05403, United States
Zip Code: 05403
 
Record
SN04201728-W 20160731/160729234636-58cd4bc9a03202097b06c6aed4fdc1e9 (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.