Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2014 FBO #4759
SOURCES SOUGHT

Z -- Runway Maintenance, Rubber Removal, Striping

Notice Date
12/3/2014
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-Runway_Maintenance
 
Archive Date
12/19/2014
 
Point of Contact
D. Decker,
 
E-Mail Address
david.decker.2@us.af.mil
(david.decker.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a request for proposal and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result. The Air Force will not be responsible for any costs incurred by interested parties in responding to this notice. Any future solicitation will be made available only on the Federal Business Opportunities website (https://www.fbo.gov/). Interested Parties are solely responsible for monitoring the aforementioned website for release of a solicitation package. The 99th Contracting Squadron (99 CONS), Nellis AFB, NV seeks to identify qualified, experienced, and interested businesses capable of performing the type of work as described herein. The following North American Industry Classification System (NAICS) code applies to this request for information: 237310 (Highway, Street, and Bridge Construction) to include airfield maintenance requirements. The new proposed contract would consist of a multiple line item, firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) vehicle to execute a broad range of non-complex airfield maintenance of real property at Nellis AFB and its associated sites. The primary purpose of this contract will be to remove rubber buildup on the runway, remove paint striping as needed for relocation or replacement purpose. The contractor must also be able restripe the lines on and around the runway areas as needed in accordance with FAA and Nellis airfield regulations. The winner of any eventual contract will furnish all labor, supplies, materials, supervision, transportation, equipment and all else required to support aircraft runway maintenance at Nellis AFB, Creech AFB, Tonopah Test Range (TTR) and other related sites, all in Nevada, as may be ordered by the Contracting Officer. The work is required in support of the 99th Civil Engineer Squadron (99 CES) activities. During the contract period, 99 CES will identify line item quantities required to complete specific jobs, and 99 CONS will issue individual task orders to the contractor to complete those jobs. The description of work will be identified in each individual task order. The winner of any eventual contract will supply everything necessary to manage and accomplish each task order. Performance and payment bonds may be required for each task order. Liquidated Damages may be considered on each task order as applicable. It is anticipated that the performance period would be for a base period of one (1) year with a government option to extend the contract up to four (4) additional years. The minimum guaranteed contract amount is presently contemplated to be $15,000 for the basic year only. The minimum dollar value of a given task order is presently contemplated to be at least $15,000. The maximum dollar value of a given task order is presently contemplated to not exceed $100,000 Million. The overall program value is still under consideration; however, at this point the magnitude of construction is between $1,000,000.00 and $5,000,000.00 over the five-year period. The Government reserves the right not to exercise the option year periods. Responses to this Sources Sought announcement are requested from (1) small business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program, (2) SBA-certified small business HUBZone firms, (3) other capable small businesses, or (4) capable large businesses. A firm is considered small if their average annual receipts for the preceding three fiscal years were less than or equal to $36.5 Million. 99 CONS requests interested firms (regardless of size) prepare and submit a Capability Statement. Include the following: (1) Company name, address, point of contact. phone number, email and CAGE code of the firm. (2) A list of recent (within the last three years), relevant projects. Include a short summary of the project, to include the scope of work performed by the firm, the dollar magnitude of the work performed by the firm, and whether the firm performed the work as the prime contractor or as a subcontractor. Identify the name of the project(s) owner and points of contact. (3) The firm's size status and/or socioeconomic statuses (i.e. Large Business, Small Business, Emerging Small Business, SBA-Certified 8A Program Participant, SBA-Certified HUB Zone Firm, Small Disadvantaged Business, Service-Disabled Veteran-Owned Business, Veteran-Owned Business, Woman-Owned Business). (4) The percent of work the firm can commit to accomplishing with in-house labor (not subcontracted). (5) The firm's bonding capacity, for a single contract and an aggregate bonding capacity. Capability statements shall be limited to three pages and may be hand-delivered, mailed or emailed to the primary and secondary points of contact listed below. Electronic submissions must be no larger than 5 megabytes in total size due to email size limitations. Any information submitted is voluntary. The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-Runway_Maintenance/listing.html)
 
Record
SN03585764-W 20141205/141203234316-2c6b244a25942e5775970d4daa5fe6cc (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.