SOURCES SOUGHT
Z -- Repair Airfield Concrete Apron
- Notice Date
- 2/20/2007
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- ConceteApron
- Response Due
- 3/2/2007
- Archive Date
- 3/17/2007
- Description
- This is a Sources Sought to Repair and Maintain the all concrete surfaces, and airfield lighting on, or associated with, the airfield located on McGuire AFB, New Jersey. The purpose of this Sources Sought is to determine if Service-Disabled Veteran-Owned and/or HUBZone certified business concerns exist to fill this requirement. Work will be on an as required basis. Any resultant contract will be issued for a five year contract (one base year with four, one-year pre-priced option periods). This is not a solicitation, nor does it guarantee a solicitation will be issued. This is a request to determine whether or not any Service-Disabled Veteran-Owned and/or HUBZone certified business are capable of providing this service. Work includes: (1) Remove and replace existing cracked plain and reinforced whole or partial concrete slabs full depth up to 25?X25?X18? deep. Prepare and subgrade filler course. (2) Rout and seal or reseal joints. Repair concrete spalls, joints and cracks. Remove bituminous patch materials and repair them as spalls. Repair holes and indentations-small pieces of pavement that break loose range from 1 to 4 inches in diameter and from ? to 2 inches deep. (3) Rout and seal cracks. Seal small cracks and crazing. Seal coat concrete surfaces. Repair corner breaks with epoxy resin (full depth). (4) Install electrical 4 inch diameter conduit. Install Counterpoise in 2 inch PVC conduit. Repair existing man-holes with new 48 inch diameter corrugated steel pipes. (5) Repair asphalt shoulder at edge of replaced concrete slabs. (6) Perform Ground Penetrating Radar (GPR) survey. NOTE: FAA or military airfield proven capabilities are required due to higher construction standards and operational requirements for the military airfield. Some projects may require 24 hours a day 7 days a week operations over a period of 1 to 2 weeks. The above general description of work does not in any way limit the responsibility of the Contractor to perform all work, plant, supervision, management, quality control, labor, tools, equipment, appliances and material and performance in strict accordance with the specifications, drawings, and subject terms and conditions of each delivery order and the main contract. Any resultant contract will be a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Each periods estimated Disclosure of Magnitude is between $1,000,000 and $5,000,000. The aggregate value of base period with all option periods is between $5,000,000 and $10,000,000. The North American Industry Classification System (NAICS) Code is 237310, Highway, Street, and Bridge Construction, with a Small Business Size Standard of $31.0 million. Qualified Service-Disabled Veteran-Owned and/or HUBZone certified business concerns should submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than close of business (4:30 PM EST) on 2 March 2007. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a set aside for Service-Disabled Veteran-Owned and/or HUBZone certified business concerns. If there are no Service-Disabled Veteran-Owned and/or HUBZone certified business concerns to provide adequate price competition, this requirement will be solicited as a Full and Open competition acquisition. Oral communications ARE NOT acceptable in response to this notice. Sources shall include in their information, a detailed capabilities statement stating their experience within the past three years of same or similar work described in this notice (work completed before the three year period requirement will not be evaluated), a point of contact with phone and e-mail information, business status (Socio-Economic Factors: HUBZone and/or Service-Disabled Veteran-Owned Business), business size based under NAICS 237310, and a positive statement of interest to submit a proposal. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be Central Contractor Registered (CCR). The CCR website is: http://www.ccr.gov/. The successful offeror must also have an active Online Representation and Certification Application (ORCA). The ORCA website is: http://orca.bpn.gov/. Submission of any information in response to this sources sought notice is completely voluntary, and shall not constitute a fee to the Government. Primary point of contact for this notice is Ms. Isela P. Loveless/LGCB at e-mail isela.loveless@mcguire.af.mil. The alternate point of contact is Ms. Mary Ann Makurat at email maryann.makurat@mcguire.af.mil. All written e-mail responses should to be received by 4:30 PM EST on 2 March 2007.
- Place of Performance
- Address: 2402 Vandenberg Avenue, McGuire AFB NJ
- Zip Code: 08641
- Country: UNITED STATES
- Zip Code: 08641
- Record
- SN01235192-W 20070222/070220222637 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |