Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2009 FBO #2883
SOURCES SOUGHT

Z -- Paving IDIQ

Notice Date
10/14/2009
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
 
ZIP Code
80011-9572
 
Solicitation Number
FA2543-10-R-0004
 
Archive Date
11/7/2009
 
Point of Contact
Camille Watley, Phone: 7208479390, Robert G Tomlinson, Phone: 7208476452
 
E-Mail Address
camille.watley.ctr@buckley.af.mil, robert.tomlinson@buckley.af.mil
(camille.watley.ctr@buckley.af.mil, robert.tomlinson@buckley.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Buckley Air Force Base, located in Aurora Colorado, is conducting a market survey with the intent of determining the interest, capabilities and qualifications of potential small businesses in performing PAVING services as a PRIME contractor for a potential firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) for one base year plus four option years. A firm requirement has not yet been established. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The contractor shall be required to provide all labor, materials, tools and equipment in order to perform all paving services such as rotomilling and Hot Mix Asphalt (HMA) overlays, slurry seals, full depth pavement repairs and paint striping on roads and parking lots. HMA and Aggregate Base Course (ABC) will be required to meet Colorado Department of Transportation (CDOT) specifications. All contractors interested in supplying these services may indicate their interest in this potential acquisition by supplying responses that should include: (1) Identification of company size status, certifications, i.e., 8(a), HUBZone, SDVOSB, small business. (2) Proof of experience and capability. (3) Answers to the questions listed below. Capability statements will not be accepted after the due date. Responses shall be limited to five (5) pages. 1. How long have you been in business? 2. How many employees do you have? 3. Have you ever performed government contracts; federal, state, or city? 4. Do you currently have personnel, who can perform these services, that are able to pass various USAF law enforcement and CBI background checks for access to Buckley AFB? 5. Does your company have the vehicles and tools to perform these services? 6. Does your company provide these services or do you subcontract the work? Which requirements would be subcontracted? Would concrete work such as sidewalks, curb, and gutter be subcontracted? 7. Do you have current (within the past 3 years) and relevant experience in all areas of this requirement, including the questions listed directly below? If not, please list the specifics areas that you have experience in. a. Has your company performed work that has met CDOT specifications for HMA mix designs, tack coats, ABC, slurry seals, and paint striping? b. Does your company have storm water construction experience with 30" or less culverts or with larger pipes and inlets and manholes? Are you familiar with erosion control items of work and BMP's (Best Management Practices) on projects? c. Does your company have any experience with heavy airfield pavement work with deep concrete reinforced sections? d. How much experience does your paving superintendent have with Federal, State, or City projects and their specifications? 8. Does your company have its own HMA batch plant or pit source for the base course? Or do you purchase the HMA, slurry seal and base course from another supplier? 9. Has your company assembled SWMP's (Stormwater Management Plans) or SWPPP's (Stormwater Pollution Prevention Plan) for government projects? 10. Does your company perform its own material testing and paint striping or is it subcontracted? 11. Is your company able to rotomill pavements and transfer the millings off base to recycle? THIS SOURCES SOUGHT IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. Note that this is not a request to be placed on a solicitation mailing list nor is it a request for proposal, or an announcement of a solicitation. The contract magnitude is between $1,000,000 and $5,000,000. NAICS code is 237310 with a size standard of $33.5M. All interested firms should notify this office in writing by mail, e-mail, or fax of your interest in this notice. The Government will not pay for any material provided in response to this market survey nor return the data provided. All interested parties should contact, either of the following by 12 pm MST on 23 Oct 2009, Contract Specialist, Camille Watley at 720-847-9390, Camille.watley.ctr@buckley.af.mil or Contract Specialist Bob Tomlinson at 720-847-6452, Robert.tomlinson@buckley.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/FA2543-10-R-0004/listing.html)
 
Place of Performance
Address: Buckley Air Force Base, Colorado, 80011, United States
Zip Code: 80011
 
Record
SN01985453-W 20091016/091014235250-1d9c1578ae26e69a3dfec25e4c3490db (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.