Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
SOURCES SOUGHT

Z -- Repair/Replace Underground Utilities

Notice Date
6/27/2017
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484Utilities
 
Archive Date
8/5/2017
 
Point of Contact
Sean A. Burney, Phone: 609-754-4861
 
E-Mail Address
sean.burney.1@us.af.mil
(sean.burney.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for Underground Utility Piping Maintenance and Repair This Sources Sought notice is issued for planning purpose only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the Sources Sought, nor is any commitment on the part of the Government to award a contract implied. Responses to this notice will assist the Government in identifying potential sources in determining if a Service-Disabled Veteran Owned Small Business (SDVOSB) or Historically Underutilized Business Zone Small Business (HUBZone), or Women-Owned Small Business (WOSB) set-aside of the solicitation is appropriate, and in determining whether or not this approach to securing contracting support is practicable. Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this Sources Sought. Responses to this notice will not be returned. The 87th Contracting Squadron (87 CONS) - Joint Base McGuire-Dix-Lakehurst (JB MDL), NJ is conducting market research to determine the existence of interested SDVOSB/HUBZone/WOSB sources for North American Industry Classification System (NAICS) Code 237110 - Water and Sewer Line and Related Structures Construction. The small business size standard is $36.5M. The purpose of this Sources Sought notice is to obtain information on qualified and experienced contractors interested in providing proposals. The work consists of furnishing all labor, materials, equipment, transportation, fuel, supervision, and permits required for the replacement, repair, and improvement of the Sanitary, Sewer, and Storm Water conveyance systems on Joint Base McGuire/Dix/Lakehurst. The work may include, but is not limited to: The repair, removal and/or installation of sanitary sewer, storm sewer and water lines by open cut, slip lining, pipe bursting or other trenchless installation technologies; T he repair, removal and/or installation of: Sanitary Sewers, Sanitary Manholes, Clean Outs, Pumps, valves, tanks and other Sanitary Sewer Structures; The repair, removal and/or installation of potable water supply lines, fire water supply lines, fire hydrants, flushing valves, valves, fixtures, joint restraints (mechanical and passive), tanks, meters, monitoring devices, and all other items, equipment and structures associated with the operation, repair and or maintenance of water distribution systems; The repair, removal and/or installation of storm sewers, storm sewer manholes, drainage piping, culverts, catch basins, ditches, streams, parging, trench drains and all other equipment and structures associated with Storm Sewer Conveyance Systems ; Arranging for and/or conducting as necessary, all utility mark outs, and secondary electric mark outs; The placing of concrete, asphalt milling, leveling, grading, compaction, applying tack as required, apply and install new base course, (asphalt grades include but are not limited to I2, I4, and I5), provide and install new asphalt surface course, seal cracks, remove and dispose of existing base pavement, (depth of milling, paving, concrete and placement of sub-surface shall be identified by individual task order), maintenance, repair, and installation of new: concrete work, excavation, grading, aggregate, valve curb boxes and bicycle safe drain grate with frame, provide and install new reflective marking tape, new thermoplastic striping, new slurry seal, new pavement striping, remove and dispose of existing topsoil, vegetation, and tree removal incidental to the work ; proof rolling prior to detect soft spots; Site preparation and restoration work to include survey and layout services, laser and optical, and mechanical grade control; excavation, restoration, clearing of vegetation, replacement of vegetation, site stabilization and storm water best management practices, landscaping to include trees and bushes, soil and erosion control, and all other things required to stabilize sites during construction, and restoration of sites following the completion of construction; preparation and submittal of all required permits to include but not be limited to Soil Erosion and Sediment Control Permits, Potable Water Line permits; TV Inspection, survey and evaluation of Sanitary, Storm and Water lines as applicable and required by task orders for the purpose of documenting the existing base infrastructure and for documenting the finished work (as-built surveys and TV Inspections); all work to be performed on/at JB McGuire-Dix-Lakehurst, as specified by individual task order, in accordance with the technical specifications. In accordance with FAR 36.204, the estimated magnitude of this construction project is: More than $10,000,000. The following information is requested in this Sources Sought: 1. Company name, point of contact, phone number, and address; 2. DUNS Number and CAGE Code; 3. Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor]; 4. SDVOSB/HUBZONE/WOSB certification; Interested contractors may provide the above information via e-mail to the address listed below. Information submitted must be in sufficient detail as to allow for a thorough government review of firm's interest and capabilities. This information is due no later than 21 July 2017 at 3:00 p.m. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484Utilities/listing.html)
 
Place of Performance
Address: Joint Base-MDL, New Jersey, 08641-5104, United States
Zip Code: 08641-5104
 
Record
SN04559439-W 20170629/170627235640-3ab8cae11d06b68998d536f272cd7391 (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.