SOURCES SOUGHT
Y -- Design-Bid-Build C-17 Repair / Add T-Ramp / West Apron Pavement
- Notice Date
- 11/17/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building 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-PittsburghC17Pavement
- Archive Date
- 12/15/2016
- Point of Contact
- Casey R. Ross,
- E-Mail Address
-
casey.r.ross@usace.army.mil
(casey.r.ross@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for the construction of a T-Ramp (Sustainment). Repair asphalt cement (AC) pavement by crack sealing and localized deep AC patching. Mill and overlay 21,200 square yards of AC pavement area. Repair portland cement concrete (PCC) pavement by crack sealing, joint sealing, full and partial depth PCC patching and localized slab replacement. Replace approximately 1,000 concrete slabs that are 12 ft by 15 ft. Install surface inlets and provide underground drainage for areas of water ponding. West Apron (Restoration and Modernization). Repair by adding approximately 190 new 12.5' x 15' concrete apron slabs to the south and west sides of the West Apron. Demolish partial existing concrete slabs adjacent to new proposed slabs to form rectangular slabs pattern. Slab work includes excavation/removal of existing soil and installation of new base material. Install new aircraft tiedowns. Demolish six existing apron lighting stands in proposed new slab locations. Restripe taxilines, seal joints. Additionally, local materials and construction techniques will be used where cost effective. The project will comply with DoD antiterrorism/force protection requirements per Unified Facilities Criteria. Contract duration is estimated at 660 days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email by 30 November 2016 by 1:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Repair, mill and overlay or construct new airfield pavement taxiway and aprons. b. Projects similar in size to this project include: 22,000+ square yards c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Casey Ross at Casey.R.Ross@usace.army.mil. If you have questions please contact Casey Ross at Casey.R.Ross@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-17-PittsburghC17Pavement/listing.html)
- Place of Performance
- Address: Pittsburgh, Pennsylvania, United States
- Record
- SN04330935-W 20161119/161117234410-3daf474eed3969992687171418481527 (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 |