Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2016 FBO #5500
SOLICITATION NOTICE

Y -- FY16 F-35 PAVEMENTS ; NELLIS AFB, NV

Notice Date
12/12/2016
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-17-R-0011
 
Point of Contact
Jimmy L Barton, Phone: 2134523251, Sandra Oquita, Phone: 213 452-3249
 
E-Mail Address
jimmy.l.barton@usace.army.mil, sandra.oquita@usace.army.mil
(jimmy.l.barton@usace.army.mil, sandra.oquita@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Project Description: Construct airfield pavements using 86,100 SM of 15 to 18-inches (medium load design) 700 PSI flex-strength Portland Cement Concrete for aircraft parking ramp; includes 66,100 SM of asphalt shoulders, base and sub-base, drainage systems, apron lighting, edge lighting, pavement marking, earthwork and grading, utilities, pre-formed compression joint seals, aircraft tie-downs and grounding points, replace satellite fire station parking lot, AGE yard, road relocation, spall repair, concrete apron and joint seal replacement, and all other work as necessary. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-101-01. THIS PROJECT IS UNRESTIRICTED REQUEST FOR PROPOSAL (RFP), BEST VALUE LOWEST PRICE TECHNCIALLY ACCEPTABLE. The procurement method used will be a Design-Bid-Build best value lowest price technically acceptable. Eligible offerors will be required to provide a technical and price proposal for consideration of award. The technical proposal will be evaluated based on the evaluation criteria stated in the RFP. Those offers that are determined to be Technically Acceptable will then be evaluated based on the lowest price submitted. Plans and specifications will not be provided in paper copy. The solicitation, amendments and interested vendor's list for this solicitation will be posted on www.fbo.gov. Viewing/downloading documents from www.fbo.gov will require prior registration in System for Award Management (SAM)(www.sam.gov). Please note that all firms including primes and subcontractors, who want access to the solicitation, must be SAM-registered, have a Marketing Partner Identification Number (MPIN), DUNS number, CAGE Code and an email address. It is the responsibility of the offeror to check www.fbo.gov website frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for offerors inability to access the documents posted at the referenced website. No CDs or paper copies will be made available. The North American Industry Classification System (NAICS) code is 237310, Highway, Street, and Bridge Construction $36,500,000.00 average annual gross revenue for the last three (3) fiscal years. The Product Service Code (PSC) is Y1CA. The estimated magnitude of the project is between $25,000,000.00 and $50,000,000 with an estimated duration of 420 calendar days. The solicitation will be made available on or about 16 January 2017. The Government intends to issue this solicitation through the use of the Internet only. Amendments to this solicitation will be issued as Internet only. No additional media (Compact Disks, Floppy Disks, Faxes or Paper) will be provided unless the Government determines that it is necessary. This Solicitation No. W912PL-17-R-0011, FY16 F-35 Pavements at Nellis AFB, Las Vegas, Nevada and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). If you are a first time user, you will also be required to register. The following information will be required: Marketing Partner Identification Number (MPIN); DUNS Number, CAGE Code; and email address. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS. Contracting Office Address: USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, CA 90017-3401
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-17-R-0011/listing.html)
 
Place of Performance
Address: Nellis Air Force Base, Las Vegas, Nevada, United States
 
Record
SN04348851-W 20161214/161212234036-6657c9c8d3da42b533d35172d0491d10 (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.