Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2015 FBO #4965
SOURCES SOUGHT

Z -- Airfield Rubber Removal, Airfield Paint Removal, & Airfield Restriping (R3) - Draft SOW R3 AFCEC

Notice Date
6/26/2015
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA8051-16-R-R300
 
Archive Date
8/1/2015
 
Point of Contact
Anthony D. Rogiano, Phone: 8502836841, Michaela N. Holston, Phone: 8502836318
 
E-Mail Address
anthony.rogiano.1@us.af.mil, michaela.holston@us.af.mil
(anthony.rogiano.1@us.af.mil, michaela.holston@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
062615 Draft SOW R3 AFCEC Synopsis For: FY 16 Airfield Rubber Removal, Paint Removal, & Restriping (R3) Indefinite Delivery Indefinite Quantity (IDIQ) contract: (Construction) This is a SOURCES SOUGHT SYNOPSIS announcement and market survey for information only, and is to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The 722 Enterprise Sourcing Squadron (772 ESS/PKD), Tyndall AFB, FL, has been tasked to request information for a Air Force Civil Engineer Center (AFCEC) requirement concerning R3. The proposed requirement will be a Firm Fixed Price IDIQ Construction contract. No reimbursements will be made for any costs associated with providing information in response to this synopsis or any requests for additional information. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of members of the Total Small Business Community to compete and perform a R3 IDIQ contract. The Government must ensure there is adequate competition among this potential pool of responsive offerors. The requirement is for a construction contract to perform airfield rubber removal, airfield paint removal, and airfield re-striping (R3) for the United States Air Force (USAF) Active, Reserve, and National Guard installations in the region containing New Mexico, Texas, Oklahoma, and Kansas. The Contractor shall furnish all layout, survey, plant, labor, materials, tools, equipment, machines, incidentals, quality control, supervision, and management to perform R3 in the region specified above, in accordance with the plans and specifications provided and subject to the terms and conditions of the resultant contract. Projects shall include removal of rubber (high pressure or detergent) or paint (water or grinding), using various rubber and/or paint removal methods and equipment on designated airfields; removal of hazardous waste material; and adherence to environmental regulations in accordance with IAW specifications and federal, state, and local regulations. Projects shall also include application of airfield pavement markings and striping. The contractor shall apply pavement markings including layout, surface preparation, beads, test section, and submittals IAW plans and specifications. The contractor shall also provide and utilize a power brooms, vacuum sweepers, and striping machines to accomplish airfield pavement markings and striping. The contract type contemplated for this requirement is a Firm Fixed Price IDIQ contract; one (1) contract award per installation. Work will be released to the successful contractor in work packages via individual task orders. This is a construction-type requirement, and as such, will be procured as a construction acquisition under FAR Part 36 - Construction Contracting, as well as with the use of the evaluative criteria found at FAR Part 15 - Contracting by Negotiation. Evaluation may be based on a Lowest Price, Technically Acceptable (LPTA) or Past Performance Tradeoff process in accordance with the proposal evaluation procedures found in Federal Aquisition Regulation (FAR) Section 15. The Air Force reserves the right not to make an award. The Disclosure of Magnitude is set for the following price range: Between $1,000,000 and $5,000,000. The estimated period of performance is base plus two (2) option years. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 238990 - All Other Specialy Trade Contractors. Small Business Size Standard for this acquisition is $15 Million. Offerors response to this Sources Sought Synopsis shall include the following information: 1. Offerors name, address, point of contact, phone number, and e-mail address. 2. Offerors interest in bidding on the solicitation when it is issued. 3. Offerors Financial and Bonding Capability. Offerors capability to perform a contract of this magnitude and complexity (include Offerors experience in similar construction with brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Offerors Joint Venture information if applicable (existing and potential).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d86b382ab8b3962a1ac845a29a6ed83b)
 
Place of Performance
Address: 772nd Enterprise Sourcing Squadron (772 ESS/PKD), 139 Barnes Drive, Suite 1, (Place of Contract Performance - USAF installations located in NM, TX, OK, and KS Region), Tyndall AFB, Florida, 32403-5319, United States
Zip Code: 32403-5319
 
Record
SN03777816-W 20150628/150626234723-d86b382ab8b3962a1ac845a29a6ed83b (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.