MODIFICATION
Z -- 106 Parking Lot Drainage
- Notice Date
- 6/10/2009
- Notice Type
- Modification/Amendment
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 496 ABS/LGC - Moron, Moron AB, Unit 6585, Moron AB, Spain, 09643-6585
- ZIP Code
- 09643-6585
- Solicitation Number
- FA5575-09-R-0015
- Point of Contact
- Elia M. Portz, Phone: +34 95 584-8017, Berchan A. Torrejon, Phone: 0034955848075
- E-Mail Address
-
elia.portz@moron.af.mil, berchan.torrejon@moron.af.mil
(elia.portz@moron.af.mil, berchan.torrejon@moron.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force intends to issue solicitation FA5575-09-R-0015 to solicit proposals for Firm-Fixed Price contract for the repair of building 106 Parking Lot Drainage in Moron AB, Spain. The complete solicitation package will be available on the Federal Business Opportunity website for download on or after 24 June 09. The contract will consist of a period of performance of 150 calendar days. Contract magnitude is between $100,000 and $250,000 U.S. dollars. The successful contractor will be selected using Lowest Price Technically Acceptable with acceptable Past Performance resulting in the best value to the government. In accordance with the Agreement of Defense and Cooperation between the Kingdom of Spain and the United States of America, any contract resulting from this notice/solicitation can only be entered into with companies authorized to carry out these activities in Spain under Spanish law. Companies must meet the requirements established by Spanish legislation for execution of Government works. In addition, in accordance with the Office of Defense Cooperation Policy Directive 400- 5 "(4) Spanish material, labor, and equipment must be used if permitted by the requirements of the contract specifications." SCOPE OF WORK: The work includes, but is not limited to, the following items: This project provides for work to repair the existing outdoor, non-shed-covered, and non-organizational parking lot for private and Government owned vehicles and the corresponding entry and exit access roads. The work includes the repair of the rainfall drainage at the parking lot and its surrounding area in such a way that the rainfall could be drained by gravity to the existing open drainage system located downstream. Also, the work includes the repair of the existing concrete sidewalk located along the west side of the parking lot, from the theater building, facility 105, to sales store exchange building, facility 107, and the existing sidewalk located near the bus stop and connecting the parking lot with E Avenue. The new sidewalk shall be paving stone sidewalk type. This parking lot is facility 108. The total parking spaces of this parking lot shall be 39, two of which shall be set aside for handicapped parking. The parking lot is located at the area bordered by 2nd Street on the north, E Avenue on the east, 1st Street on the south, and Building 106 on the west. Option 1 Requirements: This option 1 provides for work to replace sections of the existing concrete sidewalks connecting headquarter group building, facility 106, with the new paving stone sidewalk required under the basic project requirements. Option 2 Requirements: This option 2 provides for work to repair two road cuts located at E Avenue. Option 3 Requirements: This option 3 provides for work to replace the whole existing concrete sidewalks connecting headquarter group building, facility 106, with the new paving stone sidewalk required under the basic project requirements. The new sidewalks shall be paving stone sidewalk type. Works to be performed: The works consist in, but are not limited to, executing the items indicated below. All items indicated below do not limit or reduce the Contractor's responsibility to design all work as required by the project in order to provide a complete and operable facility. The works include, but is not limited to, the following items: 1. Civil Works: - Land cleaning and/or grubbing of stumps, shrubs, brush, rubbish, obstructions, grass, bushes, vegetation and other items that would interfere with construction operations. - Soil excavation - Grading of ground and/or subgrade - Compaction of the ground and/or subgrade - Placing and compaction of the bottom, intermediate and upper layers of the embankment to obtain 300 MPa compression module at the second cycle on the embankment crown - Saw cut of existing pavement - Saw cut of existing concrete sidewalks - Demolition of existing hot mix asphalt - Milling of existing hot mix asphalt - Removal of existing concrete sidewalk - Load of demolished, milled, removed, and excavated material - Transportation of demolished, milled, removed, and excavated material to an authorized dump or store and reuse as indicated in drawings and specifications - Reinforcing of underground utility line with concrete embedment - Placing of geotextile sheet - Placing and compaction of graded crushed aggregate base layer - Spread of prime coat - Placing and compaction of hot mix asphalt base course - Spread of tack coat - Placing and compaction of hot mix asphalt surface course - Installation of rubber wheel stop at each parking stall - Installation of concrete curbs and concrete drain channels - Construction of concrete sidewalk as required - Construction of paving stone sidewalk as required - Modifications of manholes/handholes to reach the pavement finished surface level - Construction of concrete headwall and wingwalls at culverts - Installation of reinforced concrete or corrugated metal pipe at culverts - Construction of concrete or riprap culvert outlet paving - Grading of existing open drainage system - Grading of the ground around the construction site to drain the rainfall water - Modification or repair if broken of any required and existing utility line - Painting of pavement markings - Removal of existing traffic signs - Installation of new traffic signs - Landscaping - Tests - Quality control by laboratory - Final cleaning - Delivery of As-built drawing The above general outline and list of Principal Features of Work in no way limits or reduces the responsibility of the Contractor to perform all work as required by the project to provide a complete and operable facility. CERTIFICATION OF CLASSIFICATION: Bidders and/or their subcontractors must hold an updated Certificate of Classification issued by the "Registro Oficial de Contratistas de Obras del Estado" of the "Ministerio de Economia y Hacienda" or equivalent. Group Subgroup Category A 2 b E 1 a G 4 b You are requested to notify the following E-Mail addressee if you intend to download the solicitation that will eventually be posted on this posting service; elia.portz@moron.af.mil. It is highly recommended that you register to be notified of any new postings for this solicitation and/or any other postings published by our office. However, failure of the service to notify you of changes cannot be used against the Government in any way, shape or form. Therefore, you should check FedBizOps, https://www.fbo.gov, frequently for any new postings that may have been made. The Government anticipates and reserves the right, to issue all solicitation documents including specifications and drawings in the English language only. A visit to the site of work will be conducted in English; the date and time of which will be announced in the solicitation documents. In order to be awarded a contract by the U.S. Government, the company must be registered in the Central Contractor Registry (CCR), contracts cannot be awarded to unregistered contractors. Registration can be made on line at www.ccr.gov NOTE: You must have a DUNS number and a NATO Commercial and Government Entity (NCAGE) Code to register. To obtain a Data Universal Numbering System (DUNS) Number you can contact Dun and Bradstreet and request one by calling: 902446688. To obtain a NATO CAGE code you must fill out the form found in : http://www.dlis.dla.mil/Forms/Form AC135.asp Failure to be registered in CCR at the time of award may delay the award and depending on the criticality of the project, may be cause to award to the next qualified best value offeror who is CCR registered. However, do not delay submitting your proposal pending receipt of a DUNS number or CAGE Code. Points of Contact, Ms Elia Portz, Contracting Officer, phone 34 95 584 8017, FAX 34 95 584 8054, E-mail elia.portz@moron.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/496ABSLGC/FA5575-09-R-0015/listing.html)
- Place of Performance
- Address: Moron Air Base, Moron de la Frontera, Sevilla, Spain, 41530, Spain
- Record
- SN01841517-W 20090612/090610235740-37fff090c18734507415baa269f40f28 (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 |