SOLICITATION NOTICE
Z -- The 117th Air Refueling Wing, located in Birmingham, AL IFB to award a firm fixed-price contract for Project Number: BRKR062007 - Repair Base Pavements.
- Notice Date
- 7/10/2015
- Notice Type
- Presolicitation
- NAICS
- 324121
— Asphalt Paving Mixture and Block Manufacturing
- Contracting Office
- 117 ARW/MSC, 5401 East Lake Blvd, Birmingham, AL 35217-3545
- ZIP Code
- 35217-3545
- Solicitation Number
- W912JA-15-B-0002
- Response Due
- 8/25/2015
- Archive Date
- 9/24/2015
- Point of Contact
- Wade R. Edwards, 205-714-2275
- E-Mail Address
-
117 ARW/MSC
(wade.edwards@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The 117th Air Refueling Wing, located in Birmingham, Alabama intends to issue a Invitation For Bid (IFB) to award a firm fixed-price contract for services, non-personal, to provide all labor, tools, parts transportation, tools, equipment, materials, supplies, services, permits, insurance, supervision necessary to Repair Base Pavements - as per Specifications and Drawings Phase I, dated 11 March 2014 at the 117th Air Refueling Wing, Birmingham, Al IAP. Project Number: BRKR062007 - Repair Base Pavements. The project scope includes the following: 1. Milling and overlay of existing asphalt paved roadways. 2. Patching and repair of existing asphalt base courses where existing base courses have failed. Additive Bid Items (ABI) are as Follows: Additive Bid Item #1 (ABI) Bid Option No. 1: Milling & Overlay of Parking Lot Adjacent to Buildings 700 & 710.: Alternate shall include all plant labor and material required for the milling of existing paving, repair of base course (where required), and installation of new asphalt overlay in the extents indicated on the plans and in accordance with all project specifications. If the alternate is not awarded, no work in this area is required and the existing pavement systems will remain in the current state. Additive Bid Item #2 (ABI) Bid Option No. 2: Milling & Overlay of Paving between buildings 138 & 141: Alternate shall include all plant labor and material required for the milling of existing paving, repair of base course (where required), and installation of new asphalt overlay in the extents indicated on the plans and in accordance with all project specifications. If the alternate is not awarded, no work in this area is required and the existing pavement systems will remain in the current state. Additive Bid Item #3 (ABI) Milling & Overlay of paving between buildings 135 & 138: Alternate shall include all plant labor and material required for the milling of existing pavement. Paving, repair of base course (where required), and installation of new asphalt overlay in the extents indicated on the plans and in accordance with all project specifications. If the alternate is not awarded, no work in this area is required and the existing pavement systems will remain in the current state. Additive Bid Item #4 (ABI) Milling & Overlay of Roadway between buildings 45 & 125: Alternate shall include all plant labor and material required for the milling of existing paving, repair of base course (where required), and installation of new asphalt overlay in the extents indicated on the plans and in accordance with all project specifications. If the alternate is not awarded, no work in this area is required and the existing pavement systems will remain in the current state. Magnitude of this project is between $500,000 and $1,000,000 Million Construction/contract completion time is 105 days after Notice to Proceed, to include inspection and punch-list items. COR - Lt Jeff Farmer The North American Industry Classification System (NAICS) code for this work is 324121. The Small Business Size Standard is 500 employees. This action is being procured as a 100% Small Business Set-aside. The tentative date for issuing the solicitation is on or about Thursday 9 July 2015. The tentative date for the pre-proposal conference is on or about Thursday 23 July 2015 at 1000 hours. THIS IS THE ONLY TIME A SITE VISIT WILL BE held. All Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. All questions for the pre-proposal conference must be submitted by 19 August 2015 via email to 117arw.contracting@ang.af.mil Include the solicitation number W912JA-15-B-0002 in all correspondence. Do not contact the A-E Firm or Base Engineering. The bid opening date is scheduled on or about Tuesday 25 August 2015. Actual dates and times will be identified in the solicitation. Interested offeror must be registered in System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation, associated information, and the plans/specifications will only be available from the Federal Business Opportunities (FedBizOps) website on-line at https://www.fbo.gov FedBizOps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offeror must register with FedBizOps before accessing the system. FedBizOps registration requires the following information: 1) System for Award Management (SAM), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. NOTE: Contractors who do not already have a MPIN are advised that the normal processing is 7 to 15 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offeror who has registered with FedBizOps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOps home page and search for data. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FedBizOpps page for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will issue No Paper Copies. The solicitation will be a competitive Invitation for Bid (IFB) and there will be no formal, public opening. Place of Performance is Birmingham, Alabama.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01-2/W912JA-15-B-0002/listing.html)
- Place of Performance
- Address: 117 ARW/MSC 5401 East Lake Blvd, Birmingham AL
- Zip Code: 35217-3545
- Zip Code: 35217-3545
- Record
- SN03792516-W 20150712/150710234537-2fea57e2cf8c5b6f7d43fe128f3df34e (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 |