SOURCES SOUGHT
Z -- Line Striping/Rubber Removal
- Notice Date
- 5/4/2007
- 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
- Reference-Number-FA4484-07-L-INES
- Response Due
- 5/14/2007
- Archive Date
- 5/29/2007
- Description
- This is a Sources Sought for the Construction and Street, Parking Lot and Airfield Striping, and Rubber Removal at various sites located on McGuire AFB, NJ; Fort Dix, NJ, and Lakehurst NAS, NJ. 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 three year contract (one base year with two, 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 businesses are capable of providing this service. Work includes: 1) Line, Reflective & Non-Reflective, with & without layout between 4" to 36" wide. 2) Line, Removal & Blackout between 0 to 12". 3) Paint Markings, Arrows w/tails, Letters & Numbers between 12 to 36". 4) Markings, Warning Sign, 3'x 6' Painted. 5) Markings, White ECP Box w/red border 6'x 24'. 6) Reserved Parkings (up to 8 additional letter) 4". 7) Rubber Removal on Runways. 8) Remove Existing Traffic Tape. 9) Remove Thermoplastic Markings. 10) Crosswalk Block Style 2'x 6' block: Reflective with & without layout. 11) Handicapped Symbol, Painted. 12) Markings, Misc sizes and Markings, Misc sizes. 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 Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Each period?s estimated Disclosure of Magnitude is between $500,000 and $1,000,000. The aggregate value of base period with all option periods is between $1,000,000 and $5,000,000. 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 HUBZone companies 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 14 May 2007. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement as set aside for Service-Disabled Veteran-Owned or HUBZone basis. 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, 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 SrA Estyn Kevitt at estyn.kevitt@mcguire.af.mil. The alternate point of contact is MSgt William Robbins at william.robbins2@mcguire.af.mil. All written e-mail responses should to be received by 4:30 PM EST on 14 May 2007.
- Place of Performance
- Address: McGuire AFB, NJ
- Zip Code: 08641
- Country: UNITED STATES
- Zip Code: 08641
- Record
- SN01287910-W 20070506/070504222034 (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 |