Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOURCES SOUGHT

Y -- Airfield Repair � Robert Gray Army Airfield (RGAAF), Fort Hood, TX

Notice Date
1/17/2020 11:07:38 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102 USA
 
ZIP Code
76102
 
Solicitation Number
W9126G20R1222
 
Response Due
2/3/2020 12:00:00 PM
 
Archive Date
02/18/2020
 
Point of Contact
Kimberly E. D. Bass, Phone: 8178861066, John H Rodgers, Phone: 8778661048
 
E-Mail Address
kimberly.e.bass@usace.army.mil, john.h.rodgers@usace.army.mil
(kimberly.e.bass@usace.army.mil, john.h.rodgers@usace.army.mil)
 
Description
����������������������������������������������������������������������������������� SOURCES SOUGHT SYNOPSIS ����������������������������������������������������������������������������������������������������� For ����������������������������������������������������������������������������������������� � W9126G20R1222 �������������������������������������������������������������Airfield Repair � Robert Gray Army Airfield (RGAAF), ��������������������������������������������������������������������������������������������� Fort Hood, Texas 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, Fort Worth District has been tasked to solicit for and award a project to repair two taxiways and one runway at Robert Gray Army Airfield / Killeen �Fort Hood Regional Airport, Fort Hood, Texas. Proposed project will be a competitive, firm-fixed price, Design-Bid-Build contract. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside, if any, decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and 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. Statement of Work: Perform a 3-inch mill and overlay of the entire length of Runway 15/133. Perform a 3-inch mill and overlay of the entire length of Taxiway A. Complete a full depth replacement of Taxiway C. Due to the daily operations of commercial airlines on this airfield, all work must be phased so that work the main runway cannot begin before 11:00 each evening and the runway must be fully operational again by 5:00 each morning and clear of all equipment. Any disturbed soils must be replaced with sod with no allowance for other materials adjacent to the runway. Providing both temporary and permanent striping and airfield markings is required. The contractor must establish traffic control and erosion control within the project site boundaries. The estimated cost of the proposed construction is between $10,000,000.00 and $25,000,000.00.� The Estimated duration of the project is 540 calendar days. 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, they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. �If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan. 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 SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385 1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The type of solicitation to be issued will be a Design-Bid-Build Contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is on or about 10 August 2020, and the estimated proposal due date will be on or about 10 September 2020. The official Synopsis citing the solicitation number will be issued on beta.SAM.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information:��������������������� Firm's name, address, point of contact, phone number, and e-mail address. Firm's interest in bidding on STATEMENT OF WORK of the subject solicitation when it is issued. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples. Firm's Size: Large, small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Woman Owned Small Business or 8(a)). Firm's Joint Venture information if applicable - existing and potential. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Interested Firms shall respond to this Sources Sought Synopsis no later than 2:00 p.m. CST 3 February 2020 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to: Kimberly Bass, Contract Specialist Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102 Email: kimberly.e.bass@usace.army.mil ��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/73823f4ff0114e1ab40d97124f23f8c3/view)
 
Place of Performance
Address: Fort Hood, TX, USA
Country: USA
 
Record
SN05538486-F 20200119/200117230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.