MODIFICATION
Y -- Thule Air Base, Runway Pavement Replacement, Phase 1, Thule Air Base, Greenland
- Notice Date
- 4/15/2014
- Notice Type
- Modification/Amendment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-14-B-0009
- Response Due
- 4/22/2014
- Archive Date
- 9/30/2014
- Point of Contact
- Rippert P. Roberts, Phone: 9177908166
- E-Mail Address
-
Rippert.P.Roberts@usace.army.mil
(Rippert.P.Roberts@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Note: This solicitation and award is restricted in accordance with 10 U.S.C. 2304(c)(4) International Agreement, to Danish and Greenlandic firms ONLY. Project: Replace Runway Pavement, Phase 1, Thule Air Base, Greenland Synopsis: The U.S. Army Corps of Engineers, New York District intends to issue a solicitation package seeking to award a firm-fixed price contract for the construction of the removal and replacement of approximately half (5,000 LF) of the existing asphalt runway pavement. Replacement of materials shall be through to the base course of the existing runway. This is considered to be Phase 1 of a 10,000 LF runway. Phase 1 is anticipated be awarded this calendar year approximately the June /July 2014 timeframe. The project renovations include the replacement of the runway edge lighting and other associated electrical upgrades. The other half of runway shall be kept operational during construction. The Contractor must adhere to height clearances on this active runway at all times. The construction season is short at Thule Air Base and the runway must be completed by the end of the 2015 summer/fall construction season so the full 10,000 foot runway can be used in the Winter & Spring seasons as food, supplies and personnel must be accessible to the Base. It is anticipated that the successful contractor will spend the remainder of the 2014 construction season crushing and preparing the aggregate for use in the following construction season in 2015. The solicitation package shall include an Optional Price Item for replacement / upgrade of the remaining 5,000 LF of runway to be awarded in the following Government fiscal year. The Optional Price Item will be labeled, Phase 2 of the project. Funds for the following fiscal year are anticipated by March 2015. General Conditions at Thule Air Base: The location of Thule Air Base limits exterior work to the months of June through September, although work is sometimes possible in May or October. Additionally, Thule's location demands that all supplies & personnel must be shipped and/or transported, in or out, via air and/or sealift. Thule Air Base is not a commercial air/sea port and there is no other access. Shipping schedules are dictated by Defense contracts, and materials and labor are not available locally. The region is glaciated and the existing soil is generally permafrost, which exists from 1 to 6 feet below the surface and to a measured depth of 1,600 feet. Average winter temperature is 20 -30 degrees F below zero while average summer temperature is 40-50 degrees F above zero. One annual military cargo sealift departs from Norfolk, Virginia to Thule AB, approximately 1 July. There are two sealifts that go from Copenhagen, Denmark to Thule AB, one in July & one in August. Airlifting any materials or equipment via military aircraft is very expensive and only on an emergency-need basis. The project magnitude for Phase 1 is between $10M-$20M and the total project magnitude, Phase 1 and Phase 2 is between $25,000,000 -$50,000,000. The performance period for Phase 1 shall be approximately 540 calendar days from the issuance of the Notice to Proceed (NTP). The performance period of Phase 2 will extend the construction duration an additional 365 calendar days from 540 to 905 calendar days. Anticipate the plans and specifications to be posted electronically on or about 30 April 2014 via the Federal Business Opportunity Website at www.fbo.gov, with a bid opening on or about 04 June 2014. Any and all amendments shall be likewise posted. Hard copies will not be available. It is the contractor's responsibility to monitor the FedBizOps web-site for any amendments. Bidders are required to be registered in the System for Award Management (SAM) www.sam.gov. Award will be made to the lowest responsible bidder. Bids will be opened simultaneously at the Ministry of Foreign Affairs in Copenhagen, Denmark as well as in the Corps of Engineers, New York District office. The exact location and room number will be included in the solicitation. All questions must be submitted in writing via email, fax, or mail to the POC. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Telephone, email or fax requests for the solicitation will not be accepted or honored. Paper copies of this solicitation and amendments, if any, will not be available or issued. Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the solicitation is issued. Interested parties may download and print the solicitation at no charge from the Federal Business Opportunities (FedBizOpps) website, https://www.fbo.gov. All vendors who want access to the solicitation must be registered System for Award Management (SAM) located at www.sam.gov, and FedBizOpps. To keep informed of changes, check https://www.fbo.gov frequently. Some contractor tools are as follows; 1. Register to receive notification, and 2. Subscribe to the mailing list for specific solicitation at FedBizOpps https://www.fbo.gov. A hyperlink posted in FedBizOpps will direct vendors to FedBizOpps to download solicitations, plans, specification and amendments. Project specification files and drawings are portable document files (PDF). Prospective contractors must be registered in www.sam.gov prior to award. Lack of registration in SAM will make an offeror ineligible to download the solicitation for award. Direct all contracting questions to the Contract Specialist, Rippert Roberts III by e-mail at Rippert.P.Roberts@usace.army.mil. Contracting Office Address: U.S. Army Corps of Engineers, New York District, Room 1843, 26 Federal Plaza, New York, N.Y. 10278-0090
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-14-B-0009/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN03338974-W 20140417/140415234725-33af5b7b20f3bdc7f5b90d56c3bfdd34 (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 |