Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2015 FBO #4897
SOURCES SOUGHT

Z -- Mountain Home AFB Paving Sources Sought

Notice Date
4/20/2015
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
FA4897Paving
 
Archive Date
5/20/2015
 
Point of Contact
Matthew P. Daub, Phone: 2088283117, Nissi S. Scholl, Phone: 2088288586
 
E-Mail Address
matthew.daub@us.af.mil, nissi.scholl@us.af.mil
(matthew.daub@us.af.mil, nissi.scholl@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
A. INTRODUCTION: 1. This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. This is for planning purposes only and there is no solicitation available at this time. 2. The 366th Contracting Squadron at Mountain Home Force Base, Idaho, seeks potential sources for an Indefinite Delivery, Indefinite Quantity, Paving Contract. The North American Industrial Classification Systems (NAICS) is 237310, Highway, Street, and Bridge Construction, which has a small business size standard of $36.5M. The magnitude of the anticipated project is valued between $4,000,000 and $5,000,000. B. OBJECTIVE: 1. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities and qualifications of various business concerns. The type of solicitation issued will depend upon the responses received to this sources sought synopsis. If a solicitation is released, it will be synopsized on the FedBizOpps website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 2. The 366 Contracting Squadron is seeking to identify potential contractors qualified to perform paving services at Mountain Home Air Force Base, Idaho. The requirement requires qualified, experienced offerors in the paving construction field. The work shall include but is not limited to the following Summary of Requirements: • Pavement removal, including loading & hauling, • Pavement milling/removal, including loading & hauling, • Concrete removal including loading & hauling, • Clearing and grubbing, brush, rubbish, etc., • Saw cutting, • Borrow, including hauling & spreading, • Pavement subbase, • Base course for roadways and paved areas, • Liquid application to gravel base, • Bituminous paving delivered and placed and compacted, • Concrete slabs, sidewalks, driveways, with ¾" minus rock or sand base, compacted, • Curb, asphaltic, machined formed, • Curb, concrete, • Curb and gutter, with typical 6" high curb and 6" thick gutter, • Pavement markings: painted traffic lines and markings, • Removal of painted traffic lines, • Manholes, including frames and covers, • Drain sumps, precast with holes, • Catch basins or inlets, including frames and covers, • Parking barriers, wheel stops, including dowels, • Coating and sealers, • Excavation, common earth, including load & haul, • Site work, • Rock base, including placing and compacting, • Piping, storm drainage, corrugated metal, galv., reinforced concrete pipe & PVC, • Connect pipe to existing manhole, catch basin, or inlet, • Traffic signs, • Airfield traffic markings, • Airfield rubber and paint removal, • Adjustments to grade, • Installing expansion joint. C. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing these services are invited to respond. Any information provided to the government as a result of this sources sought notice is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below. a. Capability packages shall be one electronic copy. Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one email. All packages should contain UNCLASSIFIED material only. b. Capability packages should not exceed 10 pages, each single side counting as one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. Capability packages must be received no later than 2:00 pm (MST) on May 5, 2015. c. Capability package responses shall be sent via email to matthew.daub@us.af.mil. 2. Respondents must include the following information within their statement of capability packages: a. Company Information: your Company's name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. Your company must be registered in System for Award Management (SAM). To register, go to https://www.sam.gov. b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the summary of requirements outlined above. Please limit your relevant past performance to the past three years and include the Contract Number(s) or Customer/Company Name. c. 8(a) Small Businesses: Small business respondents to this announcement should indicate whether the respondent is an 8(a) concern. d. Provide a copy of your 8(a) certification. e. Bonding limits of your firm. f. Positive statement of interest to submit a proposal. E. GOVERNMENT RESPONSIBILITY: This sources sought should not be construed as a commitment by the Government for any purpose. Any information submitted by respondents to this sources sought is strictly voluntary and will be used solely for the purpose of market research. Questions on this notice shall be submitted via email to only the Contract Specialist. CONTACT: A1C Matthew Daub, Contract Specialist, matthew.daub@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897Paving/listing.html)
 
Place of Performance
Address: Mountain Home AFB, Idaho, 83648, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN03704967-W 20150422/150420235549-aae270c0b5f8b509c8fc781305abe991 (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.