Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2004 FBO #0926
SOLICITATION NOTICE

Z -- Repair Sanitary Sewer Mains, FFRA

Notice Date
6/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-04-R0019
 
Response Due
6/14/2004
 
Archive Date
11/30/2004
 
Point of Contact
David Comer, Contract Specialist, Phone 919-722-5607, Fax 919-722-5424, - Jennifer Mapp, Contract Specialist, Phone 919-722-5409, Fax 919-722-5404,
 
E-Mail Address
david.comer@seymourjohnson.af.mil, jennifer.mapp@seymourjohnson.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Work consists of providing all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to complete A. Erosion & Sediment Control B. Utility Construction: This work shall include the removal of approximately 1300 LF of existing 8-inch and 12-inch VCP and RCP sanitary sewer pipe and its replacement in the same trench with 8-inch and 12-inch PVC SDR 35 sanitary sewer pipe. The work also includes the replacement of approximately 700 LF 8-inch and 12-inch by the pipe bursting method with 8-inch and 12-inch HDPE SDR 17 sanitary sewer pipe. Work also shall include the rehabilitation of manholes including new rings and covers, steps, and cementitious linings. Specific work elements include demolition and removal, hauling, asphalt pavements, sidewalks, rehabilitation of manholes, new sewer lines and manholes, and seeding. A firm-fixed price contract award is contemplated and the period of performance is 180 calendar days. This action is being considered for 100 percent set-aside for HUBZone or Service Disabled Veteran Owned small business concerns. Interested HUBZone and Service Disabled Veteran Owned small business concerns should indicate interest to the Contracting Officer, in writing, as early as possible but not later than 5 calendar days after the date of this notice. As a minimum the following information is required: (a) a positive statement of your intention to bid on this contract as a prime contractor; (b) evidence of recency and experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contacts and telephone numbers; (d) evidence of bonding capability to the maximum magnitude of the project to include both single and aggregate totals, if applicable. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested and qualified HUBZone and/or Service Disabled Veteran Owned small business concerns. Failure to submit all information requested will result in a contractor not being considered as an interested and qualified HUBZone and/or Service Disabled Veteran Owned small business concern. A decision on whether this requirement will be pursued as a HUBZone small business set-aside, Service Disabled Veteran Owned small business set-aside or on an unrestricted basis will be posted on EPS within 2 calendar days after the 5 calendar days have expired. The project magnitude is estimated between $250,000.00 and $500,000.00. The applicable North American Industry Classification System (NAICS) code is 237110 with a small business size standard of $28,500,000.00. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. Past performance is significantly more important than price. It is anticipated the solicitation will be issued electronically on or about 2 Jul 04 on the Federal Business Opportunities web page at http://www.eps.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), WinZip (.zip or .exe.), MaxView/SourceView.exe, Audocad. More information concerning these viewers can be found on the EPS website. Note: Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Primary POC is TSgt David Comer at (919) 722-5409; email: david.comer@seymourjohnson.af.mil.
 
Place of Performance
Address: Seymour Johnson AFB, NC
Zip Code: 27531
Country: USA
 
Record
SN00599353-W 20040609/040607211846 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.