Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOURCES SOUGHT

Y -- Repair MPA, Section II, Minot AFB, ND

Notice Date
4/20/2017
 
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, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-17-S-M010
 
Archive Date
5/19/2017
 
Point of Contact
Donna R. Larson, Phone: 4022903692
 
E-Mail Address
donna.r.larson@usace.army.mil
(donna.r.larson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice identification number: W9128F-17-S-M010 This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project described below. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $10-15M. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project. Responses are to be sent via email to donna.r.larson@usace.army.mil no later than 1000 Central Daylight Time, Thursday, May 4, 2017. Project Description: This is a Fully-Designed Project. Project will include the following: Remove approximately 26,200 Square Yards of PCC pavement varying in thickness between 15 inches and 18 inches and replace with approximately 27,000 SY of 18-inch PCC pavement. New PCC pavement shall conform to 32 13 11 CONCRETE PAVEMENT FOR AIRFIELDS AND OTHER HEAVY-DUTY PAVEMENTS with very stringent fine and coarse aggregate deleterious materials limits unique to military airfield pavement construction, weather severity classification of severe, enforcement of evaluation and testing for Alkali-Silica Reactivity per UFGS 32 13 11 requirements for both fine and coarse aggregates, Air Force durability requirement that aggregate shall have a satisfactory service record in freezing and thawing of at least 5 years successful service in three concrete paving projects or aggregate with durability factor of 50 or more when subjected to freezing and thawing of specimens prepared in accordance with ASTM C 1646/C 1646M and tested in accordance with ASTM C 666/C 666M, Procedure A for aggregates not having a satisfactory demonstrable service record. Removal of approximately 4,400 Square Yards of 2-inch hot-mix asphalt pavement and 440 SY of 5-inch hot-mix asphalt pavement and replacing with 4,700 SY of 2-inch hot-mix asphalt pavement and 1,550 SY of 6.5-inch hot-mix asphalt pavement conforming to UFGS 32 12 15 HOT-MIX ASPHALT ‘HMA' FOR AIRFIELDS; Associated work includes the installation of preformed and poured joint sealant; removal & replacement of cathodic protection test pits; pavement marking; seeding and minor grading. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to provide the consolidated requirements. Interested contractors, including small businesses and small business-led teams that qualify under NAICS Code 237310 (Highway, Street, and Bridge Construction) are hereby invited to submit a response to the market survey of no more than five pages to demonstrate their technical, managerial and business capability to provide the requested services. It is anticipated that the Government will issue a firm-fixed contract for services rendered. The estimated construction cost of this project is between $10,000,000 and $15,000,000. The estimated period of performance is 360 calendar days. Submission Details: All interested, capable, qualified (under NAICS code 237310) and responsive contractors are encouraged to reply to this market survey request. Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described above. Narratives shall be no longer than 5 pages. Email responses are required. Please include the following information in your response/narrative: • Company name, address, and point of contact, phone number, email address, and DUNS number. Identify any corporate affiliations. • Business size to include any official teaming arrangements as a partnership or joint venture. As well as, any socio-economic categories (i.e. SDB, HUBZone, SDVOSB, VOSB, WOSB) • Identify any interest in participating as a leader or member of a small business-led team: o Specify what type of team arrangement (joint venture, prime contractor/subcontractor, other. o Provide a list of potential team members and associated disciplines, if known. o Describe your current/anticipated team management structure. o Explain any financing arrangements/options available to your team that would support performance under a firm fixed price at an anticipated cost of $10-$15M. • Details of similar projects and state whether you were the Prime or Subcontractor • Dates of construction work • Project references (including owner with phone number and email address) • Project cost, term and complexity of job • Information on your bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES Past Performance Information 1) Please provide any past performance information for the previous 5 years that clearly demonstrates familiarity and experience with similar projects (at least two). For each project, include the following information: a. Size, term, and complexity of job; b. Information on your role as either a prime contractor or sub-contractor; and c. Point of contact (POC) at the agency or prime contractor's organization to verify contact information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project. 2) Please provide a brief description of your experience either managing a team or acting as a member of a team of businesses working on large, complex projects. Provide POCs (name, address, e-mail address, and telephone number) that can verify this experience. 3) Provide bonding limits per project and aggregate. All interested Offeror/Contractors should submit their information to Donna Larson via email only, Not Later Than 1000 CDT on Thursday, May 4, 2017. Email address: donna.r.larson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-17-S-M010/listing.html)
 
Place of Performance
Address: Minot AFB, ND, Minot, North Dakota, 58704, United States
Zip Code: 58704
 
Record
SN04478962-W 20170422/170420234617-9c5fa126883f443e6d3aaeaa7a7abbf2 (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.