Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

Y -- Arrival/Departure Air Control Group (A/DACG), Phase 1A and 1B, including existing taxiways, Aircraft apron and associated taxi-lanes, associated shoulders, pavement markings, edge lighting and storm drainage.

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-05-B-0013
 
Response Due
9/8/2005
 
Archive Date
11/7/2005
 
Small Business Set-Aside
N/A
 
Description
PROJECT INFORMATION Solicitation No. W9128F-05-B-0013, on or about 9 AUG 2005, this office will issue Invitation for Bids for the construction of Arrival/Departure Air Control Group (A/DACG) Phase 1A and 1B. The government intends to award this project based upon low bid only . However, due to the safety issues of working around an airport facility and the unique capabilities of this type of concrete work, the government wishes to stress its desire for qualified bidders in this area of expertise. Bids will be opened on or about 8 SEP 2005. This solicitation is unrestricted and open to both large and small business participation. A Site Visit is scheduled on 18 AUG 2005. Assembly will take place at the Corps of Engineers Air Force Resident Office, Peterson AFB. The site Visit will begin promptly at 9:00 a.m. All Contractors must contact the Corps of Engineers Peterson AFB Resident Office no later than 72 hours prior to scheduled site visit so that arrangements can be made with the Colorado Springs Airport, TSA, and AF Security Police for badging to allow entry of the Contractors onto the base and airfield to examine the sites The hot cargo pad location is in the infield between two existing runways; the parking apron is on the south end of Runway 17L/35R which is the primary r unway of the Colorado Springs airport. The Point of Contact at the Resident Office is Paul Jendzejec, Telephone: 719-556-4184. The fax number at the Resident Office is 719-556-7115. E-mail address at the Resident Office is Paul.M.Jendzejec@usace.army.mil. Contractors must provide a fax with the following information to the Resident Office for all visitors attending: 1. Name of Contractor or Firm Represented; 2. Visitor Name; 3. Visitor Social Security Number; 4. Visitor Date of Birth and Place of Birth; 5. Visitor Drivers License Number; 6. Visitor Proof of Citizenship. Provide a phone number on each fax so that information, which may be illegible or requires additional clarification, can be verified, if necessary. NOTE: THIS INFORMATION MAY NOT BE TRANS MITTED VERBALLY  ONLY A FAX CONTAINING THE INFORMATION IS ACCEPTABLE. Questions regarding the site visit should be directed to the Resident Office at the number listed above, with a copy of the questions provided to U.S. Army Engineer District, Omaha, Co ntracting Division, CENWO-CT-M Polina Poluektova Polina.A.Poluektova@usace.army.mil. 106 S. 15th Street, Omaha NE 68102-1618. Access to Peterson AFB will be denied to anyone failing to comply with the requirements stated above. Prospective bidders may sub mit questions on the bid documents via e-mail to the Contract Specialist and Project Manager Vincent.C.Turner@usace.army.mil. Remarks and explanations at the site visit shall not qualify the terms of the solicitation. Terms of the solicitation and specific ations remain unchanged unless the solicitation is amended in writing. DO NOT submit requests for plans and specifications to the site visit personnel listed above. Basic and option items include the following: Approx. quantities. Phase 1A and 1B include site work support for the Arrival/Departure Air Control Group A/DACG Complex. Items of work include construction of two hazardous cargo pads; primary utility supply lines; lighted access taxiways from the airports primary runway to the aircraft parking ap ron location; construction of a lighted aircraft parking apron; site grading, earthwork, and fill for the taxiways, parking apron, and future Phase 2 facilities A/DACG Building is not a part of this solicitation; a continuous aircraft jet engine blast defl ector fence; 188,700 square yards of concrete airfield pavement thickness of 14 inches for aprons; 9680 tons of asphalt pavement surface course and associated subbase, drainage layer, and drainage piping; 13,030 linear feet of pavement markings; 10,930 lin ear feet of underground electrical and telephone work; 5825 linear feet of 12 inch-diameter water line; 1725 linear feet of 6 inch-di ameter water line; construction access road, 6700 linear feet of FE-6 chain link security fencing, concrete aircraft turnarounds, material staging areas, 150 runway edge and threshold lights; seven 140-foot light poles with 7 fixtures on each pole for park ing apron lighting; upgrade the airfields instrument landing system. The estimated construction cost of this project is between $20,000,000 and $30,000,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submit ting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goa ls reasonable and achievable for fiscal year 2005: a. Small Business: 50.9% of planned subcontracting dollars. b. Small Disadvantaged Business: 8.8% of planned subcontracting dollars*. c. Women Owned Small Business: 7.2% of planned subcontracting dollars*. d. Service-Disabled Veterans: 0.5% of planned subcontracting dollars*. e. Hubzones: 2.9% of planned subcontracting dollars*. *- Small business concerns owned and controlled by. A contract will not be awarded to a large business concern prior to approval of the subcontracting plan. The Contractor will be required to commence work within 10 days after notice to proceed and complete the work for the basic bid and all options 720 ca lendar days after receipt of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Bid bonds will be required in the amount of $3,000,000. Performance and payment bonds will be required. Bonding documents including the power of attorney shall bear an original signature by an officer of the surety. The plans and specifications are available on Compact Disk CD-ROM and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one 1 per firm. Plans and Specifications will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs-nwo.wes.a rmy.mil/ . CD-ROM shall be requested by registering on the Omaha District website: http://ebs-nwo.wes.army.mil/. To register on the Omaha District website, go to the Solicitation Registration section of the synopsis and click on the link for Registering. If any of th e information changes during the advertisement period, you must make changes through the Omaha District web address. Failure to provide the above information and any changes may cause a delay in receiving CD-ROM and amendments. Questions regarding the or dering of the same should be made to: 402-221-3705. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on contents of drawings and specifications should be made to the Project Manager POC Vince Turner at: 40 2-221-4561 or Specification Section POC Joel Woods at: 402-221-4529. Commander, U.S. Army Engineer District, Omaha, ATTENTION: CENWO-CT-M, 106 South 15th Street, Omaha, NE 68102-1618.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00852090-W 20050723/050721212400 (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.