Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2009 FBO #2809
MODIFICATION

Z -- Base Pavements Basic Contract

Notice Date
8/1/2009
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
JFSD200948
 
Archive Date
8/25/2009
 
Point of Contact
Jon D. Barnes, Phone: 701.747.6103, Nicholas Berry, Phone: 701-747-5286
 
E-Mail Address
jonathan.barnes@grandforks.af.mil, nicholas.berry@grandforks.af.mil
(jonathan.barnes@grandforks.af.mil, nicholas.berry@grandforks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought for the maintenance and repair of asphalt and concrete paving at Grand Forks AFB, North Dakota. THIS IS A SOURCES SOUGHT ANNOUNCEMENT. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. An Indefinite Delivery Indefinite Quantity (IDIQ) contract is being considered with projects on an as required basis. Any resultant contract will be issued for one base year with four, one-year, pre-priced option periods. The contractor shall perform all work associated with, but not limited to the following: Placing a hot bituminous pavement overlay with tack coat on streets and roads as directed. Remove and replace existing concrete and asphalt pavement, including base course repair as directed. Excavate and install new suitable subbase and base material and new asphalt or concrete pavement as directed. Construct new asphalt or concrete roads, parking lots, driveways and sidewalks. Make minor patches as directed. Make major patches as directed, including base course repair. Remove and replace existing concrete sidewalks, brick paver sidewalks, curb and gutter as directed. Raise or lower manholes and access covers as required to meet new or existing pavement surface. Install or repair sewer inlets as directed. Seal cracks 1/8 inch wide or wider. Seal joints. Refer to UFC 3-250-08FA - Standard Practice for Sealing Joints and Cracks in Rigid and Flexible Pavements (latest dated addition). Apply a bituminous sand seal or fog coat as directed. Mill pavements as directed. Remove driveway materials and replace with concrete or asphalt as directed. Install new concrete curb and gutter, brick pavers sidewalk and concrete sidewalk as directed. Install new PVC storm drain line as directed. Install new manholes as directed. Stripe pavements as required, to include site development (i.e. parking plan). Relocate/Install reserved parking and traffic signs. Refer to Air Force UFC 3-120-01- Air Force Sign Standard (latest dated addition). Install light poles, block heater plug-ins with associated foundations, conduit, wiring, etc. to adequately light parking lots. Contractor shall provide surveying equipment and expertise to facilitate all work necessary, and associated with the accomplishment of all delivery orders issued under this contract. Surveying requirements may be, but not limited to establish roadway, curbs, gutters, storm sewer inlet elevations, drainage structures and flow slopes/lines, determine cuts and fills, general project layout, and for government and contractor recommend alterations and modifications to awarded delivery orders, and to provide as-built drawings to include cross sectional details for all work that requires asbuilting. Hydro-mulching/seeding or sodding shall be performed on all areas disturbed by the contractor activities, both existing and new work, and other areas as directed by the contracting officer's representative. Access areas leading to and from project locations disturbed by contract operations shall also receive hyrdo-mulching/seeding and/or sodding Perform lime stabilization of soil. Refer to UFC 3-250-11 Soil Stabilization for Pavements (latest dated addition). Perform cement stabilization of soil. UFC 3-250-11 Soil Stabilization for Pavements (latest dated addition). Build segmented block retain walls, install light poles, and electric plug in poles. Obtain permits, documentation, and apply/execute all other administrative and field requirements for compliance with the ND State rules and regulations, and the Environmental Protection Agency 01000 - 1 of 40 JFSD 200948 June 2009 (EPA) rules and regulations as they apply to Storm Water Pollution Prevention for construction activities. The contractor shall coordinate with the appropriate facility mangers, housing tenants, Civil Engineering personnel and Security Forces personnel to the extent necessary to provide area access, develop required plans, traffic control, and to de-conflict mission requirements. This coordination shall be completed and approved by 319 CES, and/or the contracting officer 10 days prior to the start of on-site work. Preliminary site investigations to prepare required submittals and plans may have to be complete prior to the 10 day requirement of user coordination. 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. The North American Industry Classification System (NAICS) Code is 237310, Highway, Street, and Bridge Construction, with a Small Business Size Standard of $33.5 million. Qualified Small Disadvantaged Business, 8(a), 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. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement as a set aside. 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: Small Disadvantaged Business, 8(a), Service-Disabled Veteran-Owned and/or HUBZone certified business), business size based on NAICS 237310, and a positive statement of interest to submit a proposal. Should a solicitation be issued and an award made, the successful offeror must be registered in Central Contractor Registration (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/. Any information provided is strictly voluntary. The government will not be held financially responsible for information submitted in response to this SOURCES SOUGHT synopsis. To be considered in this research, please provide the information above not later than close of business on 10 Aug 09. Please submit responses to 1Lt. Jon D. Barnes via e-mail at jonathan.barnes@grandforks.af.mil or by fax at 701-747-4215.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/JFSD200948/listing.html)
 
Place of Performance
Address: Grand Forks AFB, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN01896298-W 20090803/090802041039-4618f5ca3af232874065a8c7b6445fac (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.