Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2005 FBO #1369
SOURCES SOUGHT

Y -- Construction of C-5 Airfield Pavement Phase 2, Wright Patterson AFB, Ohio

Notice Date
8/24/2005
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-06-DMG4
 
Response Due
9/7/2005
 
Archive Date
11/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
A MARKET SURVEY is being conducted to determine if there are adequate SBA HUBZONE certified or SBA 8(A) certified or Service Disabled Veteran owned small business contractors for this proposed project which meet the specific criteria for a competitiv e set-aside award. The proposed contract will be to construct approximately 24,500 SY of Portland Cement Concrete and using an on-site batch plant to be supplied by the contractor. The pavement will be 16 inches thick and the design will meet the Corps o f Engineers Design for Airfield Rigid Pavements. The construction of the Portland cement pavements will be subjected to extensive performance testing for quality control. The removal of approximately 20,600 SY of asphalt and the construction of new aspha lt of similar quantities will be included in the project. The project will include pavement saw-cutting, site grading, relocation of airfield lighting, airfield pavement striping, underdrain system, storm sewer, open channel drainage ditches, and other ut ilities. The relocation of airfield lighting will require the demolition of 6 airfield light poles and the re-installation of 5 of those poles. The utility work will include relocating fiber optic communication ducts. This project is planned for advertising in October 2005, with award scheduled in December 2005. Contract duration is 330 days. NAICS Code is 237310. The estimated cost range is between $1,000,000 and $5,000,000. (20% of the work must be self-performed). All interested SBA HUBZONE certified or SBA 8(A) certified or Service Disabled Veteran owned small business contractors should respond to this office in writing by 4:30 PM local time on 7 September 2005. Response should include: (1) identification of th e company as either a SBA HUBZONE certified or SBA 8(A) certified or Service Disabled Veteran owned business; (2) Past Experience  describe completed projects that are similar in size and scope to the proposed project, the percentage of self-performed wor k, how that was accomplished and the performance rating for the work; (3) Letter from bonding agency indicating performance and payment bonds approval for the project in the dollar range listed above; (4) a statement verifying the contractor will self-perf orm 20% of the work and how it will be accomplished. NOTE: If qualified SBA HUBZONE certified or SBA 8(A) certified or Service Disabled Veteran owned small business contractors do not respond, this planned contract action will be converted to a full and o pen competition. You may send your response by email to denise.m.gill@usace.army.mil, by fax to (502) 315-6194 or by mail to US Army Corps of Engineers, Louisville District, 600 Dr. Martin Luther King Jr. Place, Room 821, Attn: Denise Gill, Louisville, KY 40202-2230. NOTE: This is not a Request for Proposal.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00878535-W 20050826/050824213050 (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.