Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SOURCES SOUGHT

Z -- Replace and Upgrade Taxiway Whiskey Phase IV, at Joint Base Andrews (JBA), Maryland.

Notice Date
1/14/2021 7:47:09 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
PANNAD-21-P-0000-001773
 
Response Due
1/28/2021 9:00:00 AM
 
Archive Date
03/01/2021
 
Point of Contact
Amber Duty, Phone: 410-962-3987, Fax: N/A, Tamara Bonomolo, Phone: 410-962-0788, Fax: N/A
 
E-Mail Address
amber.l.duty@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(amber.l.duty@usace.army.mil, tamara.c.bonomolo@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking sources with current relevant qualifications, experience, personnel, and capabilities for Contractors performing the work on the proposed project to Replace and Upgrade Taxiway Whiskey Phase IV, at Joint Base Andrews (JBA), Maryland. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from potential prime construction contractors. By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of all capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought Announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of acquisition decision to be issued will in part depend on the capabilities of the response to this Notice. This Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the Government to a contract for any construction requirements. Further, the Baltimore District (the Agency) will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all cost associated with responding to this Notice will be solely at the responding party�s expense. At this time, propriety information is not being requested and respondents shall refrain from providing propriety information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. PROJECT DESCRIPTION: The USACE-Baltimore District has been tasked to solicit and award construction services to Replace/Upgrade Taxiway Phase IV at JBA, Maryland. The project consists of construction of the Fourth Phase of a four phased project replacing an existing deteriorated taxiway without interrupting the airfield mission. The work includes the repair/replacement of existing taxiways pavements, shoulders, drainage, signage, lighting systems, duct banks, paint and markings, re-align taxiways, and temporary taxiways. The project scope also includes excavation, site preparation, striping, restoration of disturbed areas, storm water management features and mitigation measures, construction management services, airfield self-escorting plus all necessary and essential utilities and work to satisfy operation requirements associated with this project to include demolition. The Contractor will be required to prepare at least two or maybe more �mix designs� to identify different sources of �fly ash� to ensure sufficient quantities to complete the project.� The awarded Contractor for the construction contract will detail their plan to handle the approval requirements of the concrete mix design. 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. The purpose of this Notice is to gain knowledge of interest, capabilities and qualifications of various members of the industry. The Magnitude of Construction is between $25,000,000 and $100,000,000. The North American Industry Classification System Code for this procurement is 237310 which has a small business size standard of $39,500,000. Responders should address ALL of the following in their submittal: Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. In consideration of NAICS code 237310 with a size standard in dollars of $39,500,000 , indicate which of the following small business categories your business is classified under (if applicable): Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a)Business. Provide a letter from the Surety Company regarding the bonding capability for a single contract action and aggregate of the interested Prime Contractor. Provide a minimum of two (2) and no more than five (5) examples of a project similar to the Scope described above that was greater than $25 million in magnitude and had experience in constructing runways for either fixed or rotary winged aircraft and experience on military installations. The Government would also request feedback on the following: Does the duration of construction, 365 calendar days from Notice to Proceed for Phase IV, provide enough time to complete the requirement as stated in the above scope and what risks are associated with the completion in that timeframe? Please provide a narrative (no more than one page) An Invitation for Bid with Definitive Responsibility Criteria is being contemplated as an acquisition strategy for this requirement, is this strategy acceptable or is there another strategy that you would recommend and why? Please provide a narrative (no more than one page). Comments will be shared with the Government project design team, but otherwise will be held in strict confidence. Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified Contractors before determining the method of the acquisition. In addition, this Sources Sought is not to be considered as a commitment by the Government, not will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) January 28, 2021. All responses under this Sources Sought Notice must be emailed to Tamara Bonomolo, Contracting Officer � Tamara.C.Bonomolo@usace.army.mil and Amber Duty, Contract Specialist � Amber.L.Duty@usace.army.mil referencing PANNAD-21-P-0000- 001773. � Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have questions concerning this opportunity please contact: Amber Duty via Amber.L.Duty@usace.army.mil and Tamara Bonomolo via Tamara.C.Bonomolo@usace.army.mil. END SOURCES SOUGHT NOTICE
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4d77ee74749c404eb44ae8c9baed338b/view)
 
Place of Performance
Address: Andrews AFB, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN05892901-F 20210116/210114230111 (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.