Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2011 FBO #3508
SOLICITATION NOTICE

Y -- Replacement of Taxiway B at Wright Patterson Air Force Base (WPAFB), OH

Notice Date
7/1/2011
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-11-R-0060
 
Response Due
8/16/2011
 
Archive Date
10/15/2011
 
Point of Contact
Gloria Ritter, 502-315-6175
 
E-Mail Address
USACE District, Louisville
(gloria.r.ritter@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed project is Replacement of Taxiway B and will be constructed at Wright-Patterson Air Force Base in Dayton, Ohio. Work includes full-depth Portland Cement Concrete (PCC) reconstruction of Taxiway B from N1 to Runway 23L to include removal of the existing pavements. The section to be replaced is approximately 75 feet wide by 2,900 feet long with varying pavement depth of 13 inches to 17 inches. All subgrade preparation including base course, drainage layer and new sub-drain system is required for the replacement of the existing taxiway. The scope also includes the replacement of taxiway lighting. The work shall be coordinated around, and include the protection of, existing electrical, communications and other utilities as required. Included in this scope of work is the reconstruction of adjacent shoulder areas that will be required in order to reconstruct the full width of taxiway pavement and install an edge sub-drain system. Contract duration is approximately 350 calendar days. The North American Industry Classification (NAICS) Code is 237310, with a size standard of $33,500,000. The estimated price range is between $5,000,000 and $10,000,000. The solicitation is a single phase procurement following the Lowest Price Technically Acceptable process. Proposals will be evaluated based on the following technical factors: Experience, Past Performance, Safety; and Price and Pro Forma Requirements. The Contracting Officer will award a firm fixed price contract to the responsible offeror whom the Source Selection Authority determines conforms to the solicitation and is technically acceptable, is fair and reasonable, and offers the lowest price to the Government. The acquisition strategy will be design-bid-build, and the estimated award date is September 2011. THIS IS AN UNRESTRICTED PROCUREMENT. Approximate issue date is 15 July 2011 and approximate closing date is 16 August 2011 at 10:00 a.m. eastern standard time. Award of the construction contract is subject to availability of funds. All bidders should be aware that construction funds may not be available for the contract award up to 4 months from the receipt of proposals. The solicitation will be available from the FedBizOpps website by download only. This announcement serves as the Advanced Notice for this project. Amendments will be available from the FedBizOpps website by download only. Questions may be address to Lauren Otte via email at Lauren.N.Otte@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-11-R-0060/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02488218-W 20110703/110701234456-68db157e9564c1a0c9e968636f1e4be7 (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.