Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
SOLICITATION NOTICE

Z -- Upgrade F-15 Apron

Notice Date
2/7/2008
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USPFO for Massachusetts, 50 Maple Street, Milford, MA 01757-3604
 
ZIP Code
01757-3604
 
Solicitation Number
W912SV-08-R-0006
 
Response Due
3/11/2008
 
Archive Date
5/10/2008
 
Point of Contact
autumnlght76, 508-233-6669
 
E-Mail Address
Email your questions to USPFO for Massachusetts
(erika.reinikainen@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The USP&FO for Massachusetts will solicit for Upgrade F-15 Apron at Barnes ANGB in Westfield, MA. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The North American Industry Classification S ystem (NAICS) Code is 237310-Highway, Street, and Bridge Construction with a Small Business Size Standard of $31.0 million. The magnitude of this project is between $1,000,000 and $5,000,000. The estimated performance period is 120 days. The wor k involves all plant, labor, equipment, and materials necessary to convert the existing apron to accommodate 12 PAA F-15 aircraft that the Base will receive as part of the new Air Sovereignty Alert (ASA) mission. The existing apron will be demolished as r equired. New grounding rods will also be installed as well as tie-downs at each authorized parking location. The apron will be re-striped upon completion of construction. There are two options for this project. Option No. 1: Add shoulder pavement marki ngs as indicated by details on the Drawings labeled Option No. 1. Complete product and execution requirements are included in DIVISION 2, Section 02765-Pavement Marking. Option No. 2: Install preformed compression seals in lieu of backer material and jo int sealant for airfield pavement joints as indicated by details on the Drawings labeled Option No. 2. Complete product and execution requirements are included in DIVISION 2, Section 02751-Compression Joint Seals for Concrete Pavement. Special Requiremen ts: Contractor/subcontractors should preferably have, at a minimum, experience working with FAA Specifications. Paving contractors/subcontractors must demonstrate their experience working with pavements unique to airfields. It would also be preferable t hat the primary contractors primary NAICS code is 237310- Highway, Street, and Bridge Construction. The RFP solicitation will be placed on www.nationalguardcontracting.org on or about 21 February 2008. Any resultant contract will be Firm Fixed Pr ice based on Price and Past Performance. Please be aware that due to time constraints the solicitation response time will only be nineteen (19) days. The solicitation and associated information minus the plans and specifications will be available from th e EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp All contractors and subcontractors interested in this project must register at this site. The plans and specifications ARE CURRENTLY available only from the Federal T echnical Data Solution (FedTeDS) website on-line at https://www.fedteds.gov/. A link to this site can be found under Plans at the solicitation website. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and pr inting companies are required to register in the Central Contractors Registration (CCR) and the Federal Technical Data Solution (FedTeDS) in order to view or download the plans or drawings from the web site. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to the EBS page http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations. asp for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasion ally in accessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inqu iries must be in writing, preferable via email to the persons specified at the bottom of this pre-solicitation. All answers will be provided in writing via posting to the web. In order to receive an award the successful offeror must be registered in the Central Contractor Register (CCR). The CCR website is: http://www.ccr.gov/. The successful offeror must also have an active Online Representation and Cert ification Application (ORCA). The ORCA website is: http://orca.bpn.gov/. Submissions of any information in response to this pre-solicitation notice is completely voluntary, and shall not constitute a fee to the Government. Primary point of contact fo r this notice is SGT Erika Reinikainen at email: erika.reinikainen@us.army.mil. The alternate point of contact is SSG Richard George at email: richard.george@us.army.mil. All written e-mail responses should be received by 4:00 P.M. EST on 21 February 20 08.
 
Place of Performance
Address: 104 FW-CES Barnes ANGB 175 Falcon Drive Westfield MA
Zip Code: 01085-1482
Country: US
 
Record
SN01503281-W 20080209/080207231336 (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 |
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.