Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2010 FBO #3269
SOURCES SOUGHT

Y -- REPAIR/REPLACE AIRCRAFT PAVEMENT

Notice Date
11/4/2010
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 138th FW/LGC, OKLAHOMA AIR NATIONAL GUARD, 4200 N. 93RD EAST AVENUE, TULSA, Oklahoma, 74115-1699
 
ZIP Code
74115-1699
 
Solicitation Number
W912L6-11-R-0001
 
Archive Date
11/30/2010
 
Point of Contact
CHARLES R BRITT, Phone: 9188337305
 
E-Mail Address
CHARLES.BRITT@ANG.AF.MIL
(CHARLES.BRITT@ANG.AF.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
REPAIR/REPLACE AIRCRAFT PAVEMENT SOURCES SOUGHT. This sources sought is being issued for planning purposes only. This is not a solicitation. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. It is a market research tool being used by the Oklahoma Air National Guard to determine the availability and adequacy of potential small businesses prior to determining the method of acquisition and issuance of an award. Any costs incurred by interested parties responding to this sources sought will not be charged to the Government for reimbursement. The 138th Fighter Wing in Tulsa, OK anticipates the solicitation and award of a firm fixed price contract to construct F16 Repair/Replace Aircraft Pavement. The repair/replace work includes, but is not limited to, rubbilization of old parking apron, demolish/remove remaining existing pavement, slip-forming for new pavement, material batch plant on-site, construct sub-base, base course, drainage, install pavement, ramp lighting, relocate utilities, expand fire hydrant system, and pavement markings. The magnitude of this project is between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) code for this work is 237310. The small business size standard is $33.5 million average annual revenue for the previous three years. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS 215.3 source selection procedures. Evaluation factors include past performance and price. Your attention is directed to FAR Clause 52.219-14(b)(4) LIMITATIONS ON SUBCONTRACTING which states: "By submission of an offer and execution of a contract the Offeror/Contractor agrees that in performance of the contract in the case of a contract for Construction by special trade contractors, the concern will perform at least 25% of the cost of the contract, not including the cost of materials, with its own employees" applies to this project if set aside for small business. Interested small businesses shall provide information regarding their plan and resources available to provide the indicated 25 percent of the cost of the contract with its own employees. In addition to this information, all interested bondable small businesses having the skills and capabilities necessary to perform the stated requirements as the prime contractor shall submit (1) positive statement of intention to submit a proposal as a prime contractor; (2) a completed and signed Sources Sought Information Request Form (See form attached) that includes an attachment with the following information listed (a) three references of similar work that your firm has performed within the last three years including type of project, a brief narrative of the scope of work performed, dollar value (including any and all change orders and claims), contract number, location of work, and Point of Contact for the contract administering office and indication if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor; (b) A brief outline of resources, subcontractors and key personnel that would be used to accomplish this contract. Information and attachment required shall not exceed 5 typewritten pages and shall be submitted as early as possible but no later than 15 November 2010 at 5:30 PM Central Standard Time. In the event small businesses are not available for adequate competition for this project, it will be advertised as unrestricted. Information shall be provided in writing to Charles Britt, Base Contracting Officer, 9020 East Globemaster, Suite 312, Tulsa, OK 74115-1015 or via email to charles.britt@ang.af.mil. No facsimile responses will be accepted. No further information is available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA34-2/W912L6-11-R-0001/listing.html)
 
Place of Performance
Address: 9020 EAST GLOBEMASTER, SUITE 312, TULSA, Oklahoma, 74115, United States
Zip Code: 74115
 
Record
SN02322428-W 20101106/101104234049-77d4504226324faa63bf89901195ef2d (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.