Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2015 FBO #4984
SOLICITATION NOTICE

Z -- CAAF Paving and Lighting Upgrades at Ft. Campbell, KY

Notice Date
7/15/2015
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-15-R-0038
 
Archive Date
8/15/2015
 
Point of Contact
April C. Judd,
 
E-Mail Address
april.c.judd@usace.army.mil
(april.c.judd@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR-15-R-0038 for CAAF Paving and Lighting Upgrades to be constructed at the 101st Airborne Division (Air Assault), Fort Campbell, Kentucky. The project will include surface of the runway, taxiways and ramps require repair. The repairs include milling 2" from the surface and replacing with 2" of asphaltic concrete. The runway lights are to be replaced and the new pavement striped per requirements. The project will also include marking of airfield pavements, airfield lighting relocations and upgrades, airfield lighting control upgrade, concrete slab replacements, Bldg. 7168 power upgrades and new electrical vault. The project contains options such as: Option 1: Repair taxiways and ramps by milling 2" from the surface and replacing with 2" of asphaltic concrete. Option 2: Replace runway 18/36 and Destiny Ramp lights. The Contract Duration is three hundred thirty-five (335) calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Design-Bid-Build (DBB), Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237310 - Highway, Street and Bridge Construction. TYPE OF SET-ASIDE: This acquisition will be an unrestricted procurement. SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a Lowest Price Technically Acceptable source selection process. Proposals will be evaluated based on the following technical factors: Past Performance and Management Plan. All evaluation factors, other than cost or price, when combined, are equal to cost or price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000, in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 12 August 2015. A Pre-proposal meeting will be held at CAAF Airfield, Fort Campbell, KY and the exact date, time and location will be noted in solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, April Judd, at april.c.judd@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-15-R-0038/listing.html)
 
Record
SN03797825-W 20150717/150715235549-552c8de9b969d41fbabfbfd23e411265 (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.