SOURCES SOUGHT
Y -- Repair Delta Hammerhead, Runway Repairs, Minot AFB, ND
- Notice Date
- 12/15/2014
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F15SM001
- Response Due
- 12/30/2014
- Archive Date
- 2/13/2015
- Point of Contact
- Donna Larson, 402-995-2066
- E-Mail Address
-
USACE District, Omaha
(donna.r.larson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought: W9128F-15-S-M001 Remove and replace existing Repair Delta Hammerhead including remove and replace 14,460 Square Yards of 18-inch PCC Pavement; remove 6,600 square yards of 3-inch hot-mix asphalt (HMA) pavement and replace with 2-inch HMA pavement. The US Army Corps of Engineers, Omaha District is seeking qualified Small Business Community members [Section 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Historically Underutilized Business Zone (HUBZone)] or small business-led teams and joint ventures and Other than Small (OTS) Business concerns, that qualify under the North American Industry Classification System (NAICS 237310 ) for the entire management, removal and construction activities for the Repair Delta Hammerhead, Minot AFB, ND. This Sources Sought Notice is for approximately 16,460 SY - 18 inch new concrete conforming to UFGS 32 13 11 CONCRETE PAVEMENT FOR AIRFIELDS AND OTHER HEAVY-DUTY PAVEMENTS. UFGS 32 13 11 includes very stringent fine and coarse aggregate deleterious materials limits unique to military airfield pavement construction. Weather severity classification of quote mark severe quote mark and the associated deleterious materials limits for coarse aggregate shall be required for this project. UFGS 32 13 11 requirements for both fine and coarse aggregates evaluation and testing for Alkali-Silica Reactivity (ASR) shall be enforced. The Air Force durability requirement of aggregate having a minimum 5 year satisfactory freeze/thaw service record for three concrete paving projects shall also be enforced. Aggregate not having a satisfactory demonstrable service record shall have a durability factor of 50 or more when subjected to freezing and thawing of specimens prepared in accordance with ASTM C 1646/C 1646M and tested in accordance with ASTM C 666/C 666M, Procedure A. Associated work includes the placement of 6,600 SY 2-inch thick conforming to UFGS 32 12 15.13 HOT-MIX ASPHALT (HMA) FOR AIRFIELD PAVING; preformed and poured joint sealant; remove and replace 1,000 LF of edge light cable, conduit and counterpoise; 20 elevated & semi-flush taxiway edge light, base and transformer installation; pavement markings; temporary displace threshold markings; temporary threshold lighting and temporary PAPI at the temporary displaced threshold location and minor grading. All construction work described above will be completed in a very short time frame (4-5months). The above project description and approximate quantities are for information only. Project scope of work and associated quantities are subject to change. Link to UFGS 32 13 11 specification: http://www.wbdg.org/ccb/browse_cat.php?c=3THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL AND OR BID. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to provide the consolidated requirements. Interested contractors, including small businesses and small business-led teams that qualify under NAICS Code 237310 (Highway, Street, and Bridge Construction) are hereby invited to submit a response to the market survey of no more than five pages to demonstrate their technical, managerial and business capability to provide the requested services. It is anticipated that the Government will issue a firm-fixed contract for services rendered. The estimated period of performance is 150 calendar days. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. Contractors responding to this market survey must submit their responses via e-mail to Donna Larson at donna.r.larson@usace.army.mil no later than 1400 Central Daylight Time, December 30, 2014. For technical assistance, firms should e-mail Christopher Neuzil at Christopher.k.neuzil@usace.army.mil. For all other assistance, please contact Donna Larson via email at donna.r.larson@usace.army.mil All responses must provide the return e-mail address, mailing address, telephone number, and facsimile (fax) number. PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE. Market Survey General Information 1)What is your company name, address, point of contact, phone number, and e-mail address and DUNS number? 2)What is your business size? 3)Any socio-economic categories (i.e. SDB, HUBZone, SDVOSB, VOSB, WOSB)? 4)Do you have any corporate affiliations? If so, please identify. 5)Are you interested in participating as a leader or member of a small business-led team? a. If so, specify what type of team arrangement (joint venture, prime contractor/subcontractor, other). b. Provide a list of potential team members and associated disciplines, if known. c. Describe your current/anticipated team management structure. d. Explain any financing arrangements/options available to your team that would support performance under a firm fixed price at an anticipated cost of $10-$15 million. Past Performance Information 1)Please provide any past performance information for the previous 5 years that clearly demonstrates familiarity and experience with similar projects (at least two). For each project, include the following information: a. Size, term, and complexity of job; b. Information on your role as either a prime contractor or sub-contractor; and c. Point of contact (POC) at the agency or prime contractor's organization to verify contact information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project. 2)Please provide a brief description of your experience either managing a team or acting as a member of a team of businesses working on large, complex projects. Provide POCs (name, address, e-mail address, and telephone number) that can verify this experience. 3) Provide bonding limits per project and aggregate. All interested Offeror/Contractors should submit their information to Donna Larson via email only, Not Later Than 1400 CDT on Tuesday, December 30, 2014. Email address: donna.r.larson@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F15SM001/listing.html)
- Place of Performance
- Address: Minot AFB, ND Minot AFB, ND Minot ND
- Zip Code: 58705
- Zip Code: 58705
- Record
- SN03596687-W 20141217/141215235057-8ee3c325f514560d0075b1afd675a429 (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 |