Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
SOLICITATION NOTICE

Y -- Construct Taxiw ay to North of ACA Facility, Building 2489, Joint Base Andrew s (JBA), Maryland

Notice Date
11/29/2016
 
Notice Type
Cancellation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-17-N-0005
 
Archive Date
12/29/2016
 
Point of Contact
Brian L. Richardson, Phone: 4109622711
 
E-Mail Address
Brian.Richardson2@usace.army.mil
(Brian.Richardson2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Notice and is for informational purposes only. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from qualified SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of Taxiway to North of ACA Facility, Building 2849, Joint Base Andrews, Maryland. This project is design build. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. PROJECT DESCRIPTION: The project includes construction of a reinforced concrete taxiway with asphalt shoulders to provide a second egress from the ACA facility to the runway. Work includes site preparations, storm water management plan & permits, site drainage, seeding & ground cover, foreign objects debris cleanup, taxiway edge lights, electrical conduits & transformers/switchgear, signage, taxiway paint striping, berm construction and other necessary support to complete the project. This project will comply DOD antiterrorism/force protection requirements per Unified Facilities Criteria. Small business pursuing prime contractor opportunity should submit a narrative demonstrating their experience in the type of work above, for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women- Owned Small Business (WOSB). Small Business contractors must perform a minimum of 20% of the work. Responders should demonstrate in their submittal: 1)Experience on Air Force Airfield Pavement Projects (the AF requirements are different in regards to material testing, quality requirements, etc.) 2)Experience working in an active military flight line and high security environment. 3)Experience understanding and complying with Maryland Department of the Environment permit requirements. 4)Sufficient experience personnel that can pass background checks to access Joint Base Andrews. 5)Ensure that you own/operate equipment that meets specification requirements (i.e. slipform paver equipment, material transfer vehicle, etc.) 6)Experience installing airfield electrical systems (i.e. light cans, duct banks, etc.) in compliance with Air Force requirements. 7)Company name, address, phone number and point of contact. 8)Company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zones (HUBZones), or Qualified Section 8(a). 9)Indicate the primary nature of your business. 10)Provide three (3) examples of projects similar to the requirements described above within the past five (5) years. Include point of contact information for examples provided so the past performance may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 11)A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 12)Total submittal shall be no longer than twelve (12) pages (one.pdf file or one word document). 13)Email responses are required. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Acquisition Management (SAM). Please see https://www.sam.gov/portal/public/SAM for additional information. In addition, this sources sought is not to be considered as a commitment by the government, nor will the government pay for any information solicited or delivered. Responses are to be sent via email to Brian.Richardson2@usace.army.mil no later than 11:00 AM on 14 December 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-N-0005 /listing.html)
 
Place of Performance
Address: Joint Base Andrews, Prince George's County, Maryland, United States
 
Record
SN04337908-W 20161201/161129234051-68b9b590fffe24986395881f4d24d087 (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.