SOURCES SOUGHT
Z -- PAVING IDIQ at Lackland AFB, TX and related sites in the San Antonio area. Base one-year period with four (4) one-year option periods.
- Notice Date
- 2/19/2010
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- FA3047-10-P-AVIN-G
- Archive Date
- 3/5/2010
- Point of Contact
- John S. Bandy, Phone: 2106711731, Derek K Dansby, Phone: 210-671-3179
- E-Mail Address
-
john.bandy@us.af.mil, derek.dansby.1@us.af.mil
(john.bandy@us.af.mil, derek.dansby.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The 802d Contracting Squadron (802d CONS), Lackland AFB, TX has a requirement for a firm fixed-price, Indefinite-Delivery/Indefinite-Quantity (IDIQ) for paving. Work shall consist of furnishing all labor, supplies, materials, supervision, transportation, equipment, and all else required to support the 802d CES, Base Civil Engineer (BCE) paving requirements. The acquisition is for a broad range of repair, maintenance, and/or construction of Hot Mix Asphalt (HMA) or Portland Cement Concrete (PCC) for roads, parking lots, runways, taxiways and shoulders (including all associated site work and appurtenances such as curbs, gutters and sidewalk), at Lackland AFB, or other related sites in the San Antonio area. During the contract period, the BCE will identify estimated line item quantities required to complete each specific job, and 802d CONS will issue individual task orders to the contractor to complete those jobs. The contractor will be required to furnish all labor, supplies, materials, supervision, transportation, equipment, and all else necessary to manage and successfully accomplish each project. The NAICS code for this solicitation is for 237310, Highway, Street, and Bridge Construction. The Small Business Size Standard is $33,500,000.00.The contract period is expected to be a base one-year period with four (4) one-year option periods. The Government reserves the right not to exercise the option year periods. The project magnitude is expected to be between $10,000,000 and $25,000,000. The government is only seeking a 1 to 2 page response at this point. The information which must be contained in your response is as follows: 1) Name and address of company 2) Point of contact with phone number and email address 3) Business size and socio-economic program (HUBZone, 8(a), SDVOSB, etc) 4) Bonding capacity 5) Evidence of registration in CCR and provide CAGE Code or DUNs Number 6) List no more than three projects awarded to your company that were completed in the last five years of projects with similar size, scope and complexity and provide a brief description of each project (no more than one paragraph). If you do not have such experience, list experience which you feel is directly relevant and explain in no more than one paragraph per project why we should consider it 7) For the projects above should have a contract value of at least $10Million. Identify the dollar value and explain in no more than one paragraph why we should consider it if less than $10Million. 8) For the projects above should have experience working Airfield taxiways and runways. Respondents will not be notified of the results of the evaluation. However, the Contracting Officer will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants. This market survey is issued to determine whether or not this project should be set aside for small business based on sufficient responses from small business indicating an interest in proposing on this work if it is set-aside. Your response to this sources sought announcement must be received by 1:00 pm Central on 01 March 2010 and must be received electronically. Please ensure all attachments are limited to less than 5 MB and email your response to john.bandy@us.af.mil and derek.dansby.1@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-10-P-AVIN-G/listing.html)
- Place of Performance
- Address: 802d Contracting Squadron, 1655 Selfridge Ave., Lackland AFB, Texas, 78236-5253, United States
- Zip Code: 78236-5253
- Zip Code: 78236-5253
- Record
- SN02070255-W 20100221/100219235821-e4d26eb46c1fe5055a14ab5cd8192b1e (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 |