Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2016 FBO #5430
SOLICITATION NOTICE

Z -- Repair Taxiway D & B2 at WPAFB, OH

Notice Date
10/3/2016
 
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-17-R-0003
 
Archive Date
12/2/2016
 
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: This project is a design/bid/build project to Repair Taxiways D and B1 and Short Runway (05R-23L) at Wright-Patterson AFB, Ohio. Work on the Short Runway (05R-23L) will include mill and overlay of existing hot mix asphalt (HMA) and construct shoulders. This work includes the provision of pavement markings and repairs to the underlying Portland cement concrete (PCC), including patching spalls, filling cracks, and resealing joints prior to overlay. Provide runway shoulders and a perimeter underdrain system for the runway. Portions of Taxiways D and B1 will be re-constructed and shoulders will be added. Work includes excavation, subgrade and subbase work, full depth concrete replacement, asphalt shoulders, drainage, all required airfield lighting, signage and markings, all essential utilities and other necessary airfield work to meet operational requirements, and restoration of disturbed areas. Contract duration is estimated at 540 days. A pre-proposal site visit will be held. Meeting and site visit details will be provided in Section 00100 of the solicitation. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $10,000,000 $25,000,000, in accordance with FARS 36.204. The target ceiling for this contract (based on available funds) is approximately $22,000,000. Offerors are under no obligation to approach this ceiling. SELECTION PROCESS: This is single phase procurement following the Tradeoff (Best Value) approach. The technical information contained in the proposals will reviewed, evaluated, and rated by the Government. Proposals, at a minimum, will consist of the following: Relevant Experience and Past Performance of the Prime Contractor; Technical Approach to meet Airfield Phasing requirements; Management Plan; Price; and Pro Forma Information. All evaluation factors, other than cost or price, when combined, are approximately equal to cost or price. 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. NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 237310 - Highway, Street and Bridge Construction. Size Limitation is $36.5M. TYPE OF SET-ASIDE: This is a Full and Open procurement. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 18 October 2016. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. The approximate due date for proposals is 17 November 2016 at 2:00 p.m. Louisville time (EST). SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the 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 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-17-R-0003/listing.html)
 
Record
SN04296491-W 20161005/161003234658-baaf13660ed1e1ecc8117b4865659995 (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.