MODIFICATION
Z -- AMC Airfield Pavement Surface Maintenance
- Notice Date
- 7/11/2011
- Notice Type
- Modification/Amendment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- AMC_Airfield_Pavement_Surface_Maintenance
- Archive Date
- 8/3/2011
- Point of Contact
- Lee Mutschler, Phone: 6182569984, Jennifer L Gasparich, Phone: 618.256.9940
- E-Mail Address
-
lee.mutschler@us.af.mil, jennifer.gasparich@us.af.mil
(lee.mutschler@us.af.mil, jennifer.gasparich@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A SOLICITATION NOTICE. This notice is issued for informational and planning purposes. The Air Force will not pay for any information submitted or be responsible for any costs incurred by interested parties in responding to this notice. The Air Force is conducting market research for Air Mobility Command (AMC) airfield pavement surface maintenance support for 15 CONUS airfields as follows: Camp Robinson AR, C-17 Landing Zone WA, Charleston AFB SC, Dover AFB DE, Fairchild AFB WA, Grand Forks AFB ND, Joint Base McGuire-Dix-Lakehurst NJ, Little Rock AFB AR, MacDill AFB FL, Joint Base Lewis-McChord Field WA, McConnell AFB KS, North Auxiliary Airfield SC, Fort Brag (Pope Field) NC, Scott AFB IL, and Travis AFB CA. The information requested by this notice will be used within the Air Force to facilitate the decision making process and will not be disclosed outside of the agency. The following are basic performance requirements for the function: provide runway friction testing, rubber removal (chemical/water blasting), marking removal (water blasting/sandblasting), and marking application (reflectorized/nonreflectorized). The applicable North American Industry Classification System (NAICS) code is 237310 highway, street, and bridge construction. Small business size is $33.5M. A draft performance work statement will be posted as an attachment to this notice. Information requested: 1. Company information: Name, CAGE code, address, telephone number, FAX number, points of contact name, phone number, and e-mail. 2. Identification of business size and whether currently designated a Small Business as defined in the Federal Acquisition Regulation Part 19.1 and the appropriate categories (small business, small disadvantaged business, Historically Underutilized Business Zone, 8(a) certified small business, service disabled veteran-owned small business, veteran-owned small business, woman-owned small business). Small business size standards are published by the U.S. Small Business Administration and may be found at www.sba.gove/size/sizetable2002.html. 3. Anticipated teaming arrangements (if applicable). 4. Commercial/industry perspective relating to the functions in the performance work statement in the following areas: a. Contract terms and conditions. b. Commercial standards, practices, and processes in areas such as metrics/measurements, and quality control/assurance. 5. Identify major risks: General information to identify any major risks anticipated. 6. Comments relating to the draft performance work statement. 7. Capability and performance information in terms of contract references (similar to this requirement) to include the following ( limit capability/performance information to 3 pages ). a. Contract number, agency/company supported, contacts names, phone number, and e-mail. b. Performance as prime or a subcontractor. c. Brief description of the effort. d. Period of performance, total contract value, and contract type. e. NAICS code/small business size standard. 8. Any other information deemed useful to the Air Force. Submission Information: Your total submission should be limited to 10 pages. Your submission must be clear, concise, and complete and submitted by 2:00PM Central Standard Time 19 Jul 2011 via email to Lee.Mutschler@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/AMC_Airfield_Pavement_Surface_Maintenance/listing.html)
- Place of Performance
- Address: Camp Robinson AR, C-17 Landing Zone WA, Charleston AFB SC, Dover AFB DE, Fairchild AFB WA, Grand Forks AFB ND, Joint Base McGuire-Dix-Lakehurst NJ, Little Rock AFB AR, MacDill AFB FL, Joint Base Lewis-McChord Field WA, McConnell AFB KS, North Auxiliary Airfield SC, Fort Brag (Pope Field) NC, Scott AFB IL, and Travis AFB CA., United States
- Record
- SN02494785-W 20110713/110711234559-c2b8b2cb52345b5e4fefec565e2694ea (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 |