Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2011 FBO #3501
SOURCES SOUGHT

Y -- The Mission and Installation Contracting Command at Ft. Stewart, GA has a requirement for a firm fixed price, Indefinite-Delivery/Indefinite Quantity (IDIQ) for paving and is seeking interested sources.

Notice Date
6/24/2011
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
MICC - Fort Stewart, Directorate of Contracting, 976 William H Wilson Ave, Ste 100, Fort Stewart, GA 31314-3322
 
ZIP Code
31314-3322
 
Solicitation Number
W9124M-11-R-PAV
 
Response Due
7/6/2011
 
Archive Date
9/4/2011
 
Point of Contact
Lynda Bush, 912 767-8470
 
E-Mail Address
MICC - Fort Stewart
(lynda.a.bush@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command at Ft. Stewart, GA has a requirement for a firm fixed price, Indefinite-Delivery/Indefinite Quantity (IDIQ) for paving and is seeking interested sources that are capable of providing the services required. The work will be performed at Fort Stewart (Hinesville) and Hunter Army Airfield (Savannah) Georgia. The contractor will be required to furnish all labor, supplies, materials, supervision, transportation, equipment in performance of all operations required in connection with IDIQ pavement contract. The work includes, but is not necessarily restricted to the following items. 1. Repair and Overlay Pavement to include pot hole repair, crack repair, widening existing roads, and installing slurry seal treatments. This work may contain requirements for milling of pavement. Additional requirements for constructing, raising or repairing manholes/inlets and valves. 2. Requirements for constructing or replacing headwalls, sidewalks, curbs and gutters. Additional requirements for Utility road crossing repairs to include demolition and construction. 3. Requirements for installing reflective paint and thermoplastic paint striping, arrows, handicap markings and letters. Additional requirements for removal and installing street signs and pavement markings. 4. Requirement for installation of concrete and corrugated metal pipe to include excavation, backfilling and compaction. 5.Requirements to construct new parking lots, roadway and related draining structures. 6.Requirements to remove and install fencing. 7.Requirements for the placement of new concrete to include slabs, sidewalks and related items. 8.Requirements to establish grass and erosion control on job sites. 9.Requirements to modify existing traffic light signal system and install new traffic light signal system at intersections. 10.Requirements for spall repair and rubber removal. 11.All demolition includes disposal of material. During the contract period, job scopings will be held to identify estimated line items quantities required to complete each specific job and individual task orders will be issued. The guaranteed contract minimum is $25,000 for the basic one year period only. The contract period will be for a base one year period with two (2) one year option periods. The Government reserves the right not to exercise the option year periods. This is not a Request for Proposals, but instead a research method to determine interested sources prior to issuing the solicitation. The purpose of this Sources Sought Notice is to obtain an indication of interest of all businesses, determine any interest from the small business community, and obtain voluntary limited capability information of those interested sources. A determination by the Government on the method of competing this requirement has not been made. The Government will not award a contract based on this Sources Sought notice, the information received, nor reimburse participants for information they provide. Information provided is strictly voluntary. We are not requesting technical/management proposals. If you are an interested source please provide the following voluntary information 1). Company name and point of contact; 2). DUNS number and CAGE Code; 3). Small Business Certification (to include 8(a), HUBZone, SDVOB, etc.) If applicable; and 4). A brief Capability Statement (no more than 10 pages) which demonstrates the ability to meet the requirements specified in the Scope of Work, items 1 -11, and include any Past Performance information on contracts of similar size and scope. NAICS code is 237310, Highway, Street, and Bridge Construction with a size standards of $33.5M. Electronic responses will be accepted, no hard copy documents will be accepted. No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Responses are due no later than 3:00 p.m., Eastern Standard Time, July 6, 2011 to Lynda A. Bush, lynda.a.bush@us.army.mil. Questions may be addressed to Ms. Bush and/or Ms. Mary Corbin, mary.corbin1@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/621d4203699fc8cf5758af7c44543aa8)
 
Place of Performance
Address: MICC - Fort Stewart Directorate of Contracting, 976 William H Wilson Ave, Ste 100 Fort Stewart GA
Zip Code: 31314-3322
 
Record
SN02482012-W 20110626/110624234748-621d4203699fc8cf5758af7c44543aa8 (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.