Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2016 FBO #5517
MODIFICATION

Y -- Replace/Upgrade Taxiway Whiskey FAC 90020

Notice Date
12/29/2016
 
Notice Type
Modification/Amendment
 
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-0006
 
Archive Date
3/31/2017
 
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 announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers, Baltimore District, has been tasked to solicit for and potentially award a construction contract for the Taxiway Whiskey FAC 90020 project located at Joint Base Andrews in Prince George's County, Maryland. The proposed project is planned to be a competitive, firm-fixed price, design bid build contract anticipated to be procured under a two-step Invitation for Bid (IFB) Process procured in accordance with FAR 14, Seal Bidding. The project will be structured into four (4) phases: phase 1 - base bid and three bid options for the remaining phases. The type of set-aside decision to be used will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interests, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Service Disabled Veteran Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Large Businesses are not excluded from responding to announcement; however, Small Business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the replacement of existing taxiways pavements, shoulders, drainage, signage, lighting systems, duct banks, paint and marking, re-align taxiways, and temporary taxiways. The project scope also includes excavation, site preparation, striping, restoration or disturbed areas, stormwater management features and mitigation measures, construction management services, airfield escort plus all necessary and essential utilities and work to satisfy operation requirements associated with this project to include demolition. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. Airfield pavements will be designed in accordance with UFC 3-260-01, Airport and Heliport Design, UFC 3-260-02, Pavement Design, and UFC 3-535-01, Visual Air Navigation Facilities. In accordance with DFAR 236.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $100,000,000 and $250,000,000. Estimated duration of the four phase project is 5 calendar years. The North American Industry Classification System code for this procurement is 237310 which has a small business size standard of $36.5 Million. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurements. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis. Firm's responses to this Synopsis shall be limited to 12 pages (one.pdf file or one word document) and shall include the following information: 1) Firm's name, address, point of contact, phone number, e-mail address, DUNS number, and cage code. 2) Firm's interest in bidding on the solicitation when it is issued. 3) Firm's capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm's capability to execute construction comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. 4) Firm's experience working in an active military flight line and high security environment. 5) Firm's experience on pavement projects. 6) Firm's experience with obtaining, understanding and complying with Maryland Department of the Environment permit requirements. 7) Firm's ability to provide personnel that can pass background checks to access a military base. 8) Firm's experience installing airfield electrical systems (i.e. light cans, duct banks, etc.). 9) Firm's Business Size - LB, SB, 8(a), HubZone, SDVOSB, or WOSB. 10) Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. 11) Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Firms who previously responded to Sources Sought Announcement (W912DR-17-N-0006) are not required to respond to this amendment. Interested Firms shall respond to this Sources Sought Synopsis via email to Brian.Richardson2@usace.army.mil no than 11:00 AM on 12 January 2017. All interested firms must be registered in the System for Acquisition Management (SAM) to be eligible for award of Government contracts. Please see https://www.sam.gov/portal/public/SAM for additional information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-N-0006 /listing.html)
 
Place of Performance
Address: Joint Base Andrews, Maryland, United States
 
Record
SN04360721-W 20161231/161229233959-0ad4c0d60efbab9d3aa2e0f7f83fc3e6 (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.