Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
SOURCES SOUGHT

Z -- Edwards AFB, CA PAVING ID/IQ - Printable Paving Sources Sought Synopsis

Notice Date
5/3/2016
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-17-R-0003
 
Archive Date
6/3/2016
 
Point of Contact
Rosann D. Knarreborg, Phone: (661) 277-9522, Vanessa E. Russell-Reed, Phone: (661) 277-2532
 
E-Mail Address
rosann.knarreborg.1@us.af.mil, vanessa.russell-reed@us.af.mil
(rosann.knarreborg.1@us.af.mil, vanessa.russell-reed@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Printable Paving Sources Sought Synopsis SOURCES SOUGHT SYNOPSIS PAVING ID/IQ THIS SOURCES SOUGHT SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The Directorate of Contracting, Contracting Construction Section at the Air Force Test Center at Edwards AFB, CA is conducting preliminary planning market research to obtain information from potential and eligible contractors for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for a broad range of paving projects to include airfield and roadway pavements. Orders placed under the contemplated contract will be for paving work on Edwards AFB to include the areas of the Air Force Research Laboratory and Air Force Plant 42 (in Palmdale). The associated North American Industry Classification System (NAICS) code is 237310 - Highway, Street, and Bridge Construction, and the small business size standard is $36.5 million. In accordance with (IAW) Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. Responses to this SS permits the Contracting Officer, IAW FAR 19.203(c), to consider an acquisition for the small business socioeconomic contracting programs to include 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB) programs, and to consider a small business set-aside (see 19.502-2(b)). Small businesses in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Note: The Government is interested in determining if there are 8(a) or HUBZone certified vendors with a bona fide place of business located in the State of California who are interested in and capable of meeting this requirement. The contractor shall furnish all management, personnel, vehicles, supplies and equipment required to perform duties such as, but not limited to, the maintenance, repair, and construction of roadways, parking lots, driveways, aircraft pads, taxiways and runways, equipment pads, curbs, gutters, similar pavement features, and associated non-roadway features normally associated with roadway and airfield construction and maintenance, including vehicular gates, guardrails, signage, culverts, headwalls, rubber removal, surface striping and marking, at Edwards Air Force Base (EAFB), California including the Air Force Research Laboratory (AFRL), Air Force Plant 42 and other tenant organizations. Military Family Housing at EAFB is privatized and excluded from the scope of this contract. It is the contractor's responsibility to ensure that all work is performed is in accordance with all Air Force, federal, state, county, and local statutes, laws, regulations, safety requirements, instructions, manuals, handbooks, regulations, guidance, and policy letters. The drawings, specifications and standards set forth in the terms and conditions of this contract, Statement of Work (SOW), and subsequent task orders which include, but are not limited to CALTRANS Standard Plans, CALTRANS Design Manual, CALTRANS Maintenance Manual, the CaMUTCD, UFC 3-260-01, Airfield Design, and the EAFB Design Standards. Work will be provided under firm-fixed-price (FFP) task orders issued as provided in the basic ID/IQ contract. Interested contractors should have a successful history of relevant construction experience in the performance of paving construction projects ranging in value from $2,000 to $5,000,000. The proposed ID/IQ shall be for a total of five years. Request that responsible Contractors submit a capability statement demonstrating their experience in managing multiple industrial construction projects at one time. Capability statements for this SS are not expected to be proposals, but rather statements regarding the company's existing experience. Please include the following: 1. Full name of your firm, address, point of contact, point of contact phone number and email address. 2. Commercial and Government Entity (CAGE) Code. 3. Socioeconomic status (Large or Small Business, certified 8(a), HUBZone, Women-Owned, Service- Disabled, Veteran-Owned). 4. Firm's/venture's current bonding capability to include single and aggregate amounts. 5. Evidence of recent (past 5 years) experience related to the requirement described above, to include Contract Number, Project Title and Description, and Points of Contact for each contract to include current telephone numbers and email addresses. 6. Any other information deemed pertinent that will aid in our assessment of your firm's capabilities. THERE IS NO SOLICITATION AT THIS TIME. This is a request for information/sources sought announcement ONLY. This request for capability information does not constitute a request for proposals - no contract will be awarded from this notice and is not to be construed as a commitment by the Government. Submission of any information in response to this market survey is purely voluntary - the Government assumes no financial responsibility for any costs incurred. The Government is under no obligation to acknowledge receipt of any information received or provide feedback to respondents with respect to any information submitted. Telephone inquiries will not be accepted or acknowledged. This SS notice is for planning purposes only, and does not constitute a solicitation for bids/proposals. Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. If a Request for Proposal (RFP) is issued, it will be announced at a later date. All interested parties must respond to that RFP announcement separately from the response to this announcement, and are responsible for monitoring the Federal Business Opportunities (FBO) website for the posting of any solicitation or subsequent updates. Interested Contractors shall submit responses no later than 7:00AM Pacific Standard Time (PST) on 16 May 2016 via e-mail to the Contract Specialist, Rosann D. Knarreborg, at rosann.knarreborg.1@us.af.mil and the Contracting Officer, Vanessa Russell-Reed, at vanessa.russell-reed@us.af.mil. Responses shall be limited to no more than 10 pages. Note: File size shall not exceed 10MB - e-mails over this size will not be received. Telephone requests for technical information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-17-R-0003/listing.html)
 
Place of Performance
Address: Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04103211-W 20160505/160503234516-636db95fc04f502097f2242cf75cc888 (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.