SOURCES SOUGHT
Y -- Airfield Runway Extension, Lask Airbase, Poland
- Notice Date
- 2/3/2017
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
- ZIP Code
- 00000
- Solicitation Number
- W912GB-17-X-0032
- Archive Date
- 3/8/2017
- Point of Contact
- Robert E. Corkrum, Phone: 4961197442235
- E-Mail Address
-
robert.e.corkrum@usace.army.mil
(robert.e.corkrum@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE-FOR INFORMATION ONLY Airfield Improvements at Lask Airbase, Poland. This announcement seeks information from industry that will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. 1. AGENCY: The U.S. Army Corps of Engineers (USACE), Europe District (NAU), is conducting market research to determine potential sources having the qualification, experience, and bonding necessary to perform the described work. 2. NAICS: 237310 - Highway, Street, and Bridge Construction (Airport Runway Construction) 3. PLACES OF PERFORMANCE: Lask Airbase, Poland. 4. ACQUISITION INFORMATION: NAU anticipates soliciting and awarding one contract in accordance with the Federal Acquisition Regulation. No reimbursement will be made for any costs associated with providing information in response to this sources sought notice or any follow up information requests. The North American Industry Classification System (NAICS) Code is 237310 (Airport Runway Construction) and the estimated Magnitude of Construction is between $10,000,000 and $25,000,000. 5. PROJECT DESCRIPTION: The purpose of this USACE NAU project is to construct a 500 meter runway extension with hammerhead turnaround and an earth berm to improve an Arm/Disarm Pad using conventional design and construction methods. The runway extension is to accommodate aircraft. The extension will mitigate the unsafe runway conditions for aircraft during inclement weather. The runway is 60 meters wide and has a transverse slope from north to south affecting storm water flow. The single transverse slope for the entire runway width instead of the normal crowned runway section retains water on the runway longer and can potentially cause hydroplaning and negative impacts to the braking length. An Apron serves as the arm/disarm pad for aircraft on the east end of the runway system. The pad will be modified to allow for arming prior to take‐off and for the disarming of weapons on aircraft after their return. The project also includes the installation of an aircraft arresting (braking) system. The facilities are intended to be compatible with applicable Department of Defense (DoD), Air Force, and North Atlantic Treaty Organization (NATO) design standards. In addition, local materials and construction techniques shall be used where cost effective. Construction includes runway pavement using medium load design, rigid strength Portland concrete cement (PCC), asphalt shoulders, separation layer, drainage layer, base course layer, drainage system, runway edge and approach lighting, apron lighting, utilities, pavement markings, runway grooving, earthwork and grading. Navigational Aids (NAVAIDS) and other supporting systems will be revised/relocated to comply with NATO standards based on the readjusted thresholds and markings. Demolition will include the existing overrun, and infrastructure in conflict with the runway extension and berm construction. 6. RESPONSES: This sources sought notice is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the submission requirements. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This sources sought notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. 7. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT: Please submit a narrative to answer the items below. Respondents interested in providing a response to this Sources Sought Notice should limit their responses to 10 pages and shall include the following information: a) A narrative to include company name, address, English Speaking point of contact, phone number, e-mail address, Cage and DUNS number; b) Offeror's capability to meet the project requirements; c) Offeror's capability to perform a contract of this complexity and dollar value; d) Offeror's are requested to submit NO MORE THAN three (3) projects of similar scope and complexity performed within the last six (6) years. Include a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of the project; e) Offeror's experience working in Poland and/or the EU; f) Offeror's Joint Venture information if applicable - existing and potential; g) Offeror's bonding capability (Construction bonding level per contract and aggregate construction bonding level, both expressed in Euros). Bonding of 30% will be required for this project within 7 calendar of contract award. It is projected that the Pre-Solicitation Notice will be issued on or about 3rd Quarter Fiscal Year 2017 (April-June 2017). The solicitation will be issued free of charge and available electronically. Paper copies of this solicitation, plans, and specifications will not be provided. It is the offeror's sole responsibility to ensure they have obtained all solicitation documents and any subsequent amendments, if any. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT NOTICE. 8. RESPONSES DUE: Submit responses to Mr. Robert Corkrum via email at: Robert.e.corkrum@usace.army.mil or Mr. Jeff Harrington at Jeffrey.j.harrington@usace.army.mil no later than 21 February 2017, 14:00hrs Central European Time. ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-17-X-0032/listing.html)
- Place of Performance
- Address: Lask Airbase, Poland
- Record
- SN04391221-W 20170205/170203234852-cd24f05f5ffff949a8ac120346fd35ed (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 |