Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2015 FBO #4934
SOURCES SOUGHT

Z -- Repair Airfield Storm Drainage System, Joint Base Andrews Naval Air Facility

Notice Date
5/27/2015
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-15-S-0027
 
Response Due
9/30/2015
 
Archive Date
10/30/2015
 
Point of Contact
Stephen Stolte, 4109622711
 
E-Mail Address
USACE District, Baltimore
(stephen.a.stolte@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for informational purposes only. The U.S. Army Corps of Engineers, Baltimore District requests capability statements from all qualified and interested parties from Small Business (SB) Firms, Certified 8(a) Firms, Certified Historically Underutilized Business Zone (HubZone) Firms, and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The U.S. Army Corps of Engineers, Baltimore District has been tasked to solicit and award a firm-fixed-price construction contract for construction of an airfield storm drainage system at Joint Base Andrews, Maryland. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The NAICS Code for this acquisition is 237110 - Water and Sewer Line and Related Structures Construction, with a size standard of $36,500,000.00 and a magnitude of construction between $25,000,000.00 and $100,000,000.00. NO SOLICITATION IS CURRENTLY AVAILABLE. An adequately sized and properly configured airfield storm drainage system is required for Joint Base Andrews Naval Air Facility (JBA). Repair to the system will provide significantly enhanced storm water removal from the airfield. Work shall incorporate sustainable design concepts and Low Impact Design for storm water, in accordance with the reports and strategies developed as a requirement of EO 13508 Chesapeake Bay protection and Restoration. The construction contract will consist of repair of the JBA Airfield Storm Drainage System based upon existing hydraulic/hydrologic analysis and design. This Design-Bid-Build project will include the replacement of existing piping, lining of existing piping, replace/repair manholes, junction boxes, utilities, and hydraulic structures. Necessary grading/ regrading, outfall protection, demo, excavation/fill, erosion controls, dewatering and temporary roads will be included. The construction contract is to include costs for airfield escorts, suspension of work as required by the Instrument Landing System (ILS) regulations, mobilization, ramp freezes/lost productivity and contract costs. All necessary and required work associated with this project will be accomplished. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The construction contractor shall be required to perform all work IAW the access and security requirements of Joint Base Andrews Naval Air Facility. All personnel working on any project related to this acquisition must be a United States citizen Prior experience with construction of ranges of similar scope will be required. Prior Government contract work is not required for submitting a response under this sources sought notice. Offeror's response to this notice shall be limited to 10 pages and shall include the following information: 1) Firm's name, address, point of contact, phone number, and e-mail address; 2) Firm's interest in providing a proposal in response to the solicitation when it is issued; 3) Provide at least 2 (two) examples of similar projects to demonstrate firm's capability to perform a contract of this magnitude and complexity (include comparable work performed within the past 5 (five) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, percentage of completion, and dollar value of the project). 4) Firm's type of business (SB, SDVOSB etc.); 5) A letter from your bonding company stating the firm's single project and aggregate project bonding capability. Interested offerors shall respond to the Sources Sought Synopsis no later than June 5, 2015 at 2:00 PM (EST). All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Email is the preferred method of delivery for responses to this synopsis. Please send all responses to Stephen Stolte at stephen.a.stolte@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-S-0027/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN03743267-W 20150529/150527235245-b80763f7a998b8be9d1c74aa7259af97 (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.