Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2015 FBO #4951
SOLICITATION NOTICE

Y -- Repair North Parallel Taxiway - Grand Forks, North Dakota

Notice Date
6/12/2015
 
Notice Type
Presolicitation
 
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
W9128F-15-R-0057
 
Response Due
6/30/2015
 
Archive Date
8/11/2015
 
Point of Contact
Mason, Charles, 402.995.2049
 
E-Mail Address
USACE District, Omaha
(charles.w.mason@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
On or about 30 June 2015, this office will issue Request for Proposal for construction of the CONSTRUCT PARALLEL TAXIWAY NORTH, F AND G, PN JFSD200350C, GRAND FORKS AFB, NORTH DAKOTA. The solicitation will close on or about 30 July 2015. This solicitation is UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. A tentative technical day/site visit date at Grand Forks AFB has been scheduled for 15 July 2015. A drive-by tour of the project site will occur in addition to a 2-3 hour technical presentation discussing concrete requirements involved with construction of the proposed runway in the summer of 2016. Provisions in the solicitation documents will provide detailed information (meeting place, time, points of contact, and access requirements). See 'Obtaining Solicitation Documents' below. Project Description: This is a fully-designed project. The work consists of the repair of parallel Taxiway from Charlie Ramp northward up to and including the connector Taxiway 'F' and the north cross Taxiway 'G' to include repair of taxiway electrical and lights. Approximately 22,878 SY of 19.5 quote mark of PCC pavement will be required will be required conforming to UFGS 32 13 11 CONCRETE PAVEMENT FOR AIRFIELDS AND OTHER HEAVY-DUTY PAVEMENTS with very stringent fine and coarse aggregate deleterious materials limits unique to military airfield pavement construction, weather severity classification of severe, enforcement of evaluation and testing for Alkali-Silica Reactivity per UFGS 32 13 11 requirements for both fine and coarse aggregates, Air Force durability requirement that aggregate shall have a satisfactory service record in freezing and thawing of at least 5 years successful service in three concrete paving projects or aggregate with 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 for aggregates not having a satisfactory demonstrable service record. Associated work includes approximately 40,348 SY of 3 quote mark thick HMA conforming to UFGS 32 12 15.13 HOT-MIX ASPHALT (HMA) FOR AIRFIELDS; preformed and poured joint sealant; remove and replace 19,000 LF of edge light cable, 191 edge lights, 24 pullboxes and handholes; 17,000 LF of conduit and counterpoise; remove and replace 20 manholes; 8 signs; pavement markings. 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. All potential contractors should be aware that a housing shortage is the norm in the region due to the oil boom and high number of out of state workers residing in the state of North Dakota. All Prime Contractors should be aware local subcontractors and workers may also be in short supply due to the tight construction market in Grand Forks, ND. RFP Evaluation Criteria Firms participating in the solicitation will submit technical requirements in accordance with Section 00 22 00 PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION. Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Relevant Construction Contractor Team Experience, Subcontractor's Qualifications and Construction Experience, Technical Approach/Key Personnel, Past Performance Construction and Small Business Participation Plan). An adjectival method of evaluation will be used to evaluate all technical factors. Price will be evaluated separately for reasonableness and realism. A Best Value selection will be considered after reviewing price and technical factors. The estimated construction cost of this project is between $20,000,000 and $30,000,000. Bidders (Offerors): Please be advised of online registration requirement in the System for Award Management, www.SAM.gov and directed solicitation provisions concerning representations and certifications. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Federal Business Opportunities (https://www.fbo.gov/). Find solicitation announcement in Fed Biz Opps (https://www.fbo.gov/) 1. Use the 'Quick Search' to locate the project (by entering the solicitation number) or use the advanced search features offered in the 'Find Opportunities' (large arrow in the middle of the page) or use the 'Opportunities' tab followed by the 'Advanced Search' tab. 2. By using the 'login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted. 3. Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading 'All Files' or from the 'Packages' tab. 4. If you want other vendors, sub-contractors or contractors to contact you, click on the 'Interested Vendors' tab and then 'Add me to Interested Vendors' link at the bottom of the page. Questions should be made to the Contracting Specialist, Charles Mason, Contract Specialist at 402-995-2049.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-15-R-0057/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN03762614-W 20150614/150612234900-81b0c2818e74307b477a477efc68dfee (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.