Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
SOURCES SOUGHT

Z -- Repair C-123 Ramp & High Speed Taxiway - Package #1

Notice Date
12/19/2011
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 106 RQW/LGC, FRANCIS S. GABRESKI ARPT (ANG), BLDG 250, WESTHAMPTON BEACH, New York, 11978-1201
 
ZIP Code
11978-1201
 
Solicitation Number
W912PQ-11-B-6001
 
Archive Date
1/14/2012
 
Point of Contact
Fred Rodriguez, Phone: 631-723-7562
 
E-Mail Address
fred.rodriguez@ang.af.mil
(fred.rodriguez@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Info Req Form THIS IS NOT A SOLICITATION FOR BIDS, PROPOSALS, OR QUOTES AND NO CONTRACTSHALL BE AWARDED FROM THIS SYNOPSIS. This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The 106th Rescue Wing of the New York Air National Guard has been tasked to solicit for and award a project to repair the aircraft ramp and repair the high speed taxiway on the runway at Francis S. Gabreski ANG, NY. Proposed project will be a Firm Fixed Price contract. The type of solicitation to issue will depend upon the responses to this synopsis. Construction Services to be performed under the firm fixed price contract will consist of repairing the C-130 aircraft ramp and high speed taxiway which is located at Francis S. Gabreski ANG, Westhampton Beach, NY 11978-1201. The project includes but is not necessarily limited to: selective concrete panel demolition and replacement within the Base's existing C-130 ramp from the north side of the rinse de-ice pad over to the Federal Government's property line. The work shall also include the installation of new additional concrete pavement to the south side of the main body of the ramp. The site work will also include the installation of newly proposed storm drainage system upgrades and demolition of certain underground utilities. All material comprised from demolition operations shall be removed from the Base in their entirety. As for the repairing of the high speed taxiway part of the project; Construction shall consist of the complete demolition and replacement of both asphalt and concrete pavements from the start of the runway back and through the existing rinse de-ice pad. The project will also include the removal and replacement of the taxiway edge lights. The work will also include the relocation of the existing runway threshold, which includes pavement markings, signage, lighting and minor utility work. Concrete removed from the existing taxiway shall be rubbleized on-site and utilized to create a haul-route for the proposed construction traffic. Site work shall also include minor grading and drainage upgrades. Location of work will be at the 106th Rescue Wing, Francis S. Gabreski (ANG), Westhampton Beach, NY 11978-1201. Work will be conducted in strict accordance with contract and all applicable Federal, State, and local laws, regulations, codes, and directives. Estimated Construction Range: Between $1,000,000 & $5,000,000. Duration of project is 365 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237310. Small Business Size Standard for this acquisition is $33.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. All interested Small Business concerns will provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than 23 December 2011. This notification, which shall not exceed five typewritten pages, must include (1) positive statement of intent to provide a proposal as a prime contractor, (2) a completed and signed Sources Sought Information Request Form (see Form attached) (3) a listing of relevant projects completed during the past three years, both for government and private industry. Prior Government contract work is not required for submitting a response under the sources sought synopsis. The type of project, dollar value, contract number, location, and Point of Contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor, and (4) a brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. Contractors should provide information regarding their plan and resources available to provide the indicated 15 percent of the cost of the contract with its own employees. In the event adequate small business contractors are not available for adequate competition for this project, it will be advertised as unrestricted. Information shall be provided either in writing to Fred Rodriguez, 106th Rescue Wing, 150 Riverhead Road, Bldg. 250, Westhampton Beach, NY 11978-102 or via email to: fred.rodriguez@ang.af.mil. No facsimile responses will be honored. Interested parties must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested parties are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30-2/W912PQ-11-B-6001/listing.html)
 
Place of Performance
Address: 150 Riverhead Road, Westhampton Beach, New York, 11978-1201, United States
Zip Code: 11978-1201
 
Record
SN02642023-W 20111221/111219234631-cba553a2c1cc2a4c3f25c9824b668516 (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.