SOLICITATION NOTICE
Z -- Paving Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract
- Notice Date
- 2/27/2017
- Notice Type
- Presolicitation
- 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
- FA9301-16-R-0011
- 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
- HUBZone
- Description
- This presolicitation notice is being posted in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 5.2. This is not a request for proposal. The anticipated acquisition is for a five-year (no options), firm-fixed-price (FFP), ID/IQ construction contract for Paving Services. The Government intends to issue a single solicitation and make a single award. Individual task orders to be issued against the basic ID/IQ contract will vary in size and complexity, ranging from $2K to ~$5M. The anticipated ID/IQ contract is for paving requirements at Edwards AFB, CA including the Air Force Research Laboratory (AFRL), Air Force Plant 42 (in Palmdale, CA), and other tenant organizations. Military Family Housing at Edwards AFB is privatized and excluded from the scope of this contract. The Contractor shall furnish all management, personnel, vehicles, supplies, equipment, etc. required to perform work such as, but not limited to: earthwork; soil sampling and testing; removal/disposal of soil; prime coat; tack coat and paint binder; asphalt concrete; slurry seal coating; construction seal and rejuvenating agent; fog seal; asphalt and concrete curbs; airfield Portland cement concrete, including runways, taxiways, pads, and aprons; penetrative oil/dust palliative treatment; road shoulder maintenance; ditch construction; street; road, airfield, and parking lot striping/marking; demolition of curb, gutters, sidewalks, and roadway and airfield pavements; surveys; handicap ramps; fences and gates; lighting standards, guardrails, and other incidental related work. The aforementioned general description of work does not in any way limit responsibility of the Contractor to perform all work and furnish all plant, labor, equipment, and material IAW the basic contract's specifications. This acquisition will be a competitive acquisition set aside for the Historically Underutilized Business Zone (HUBZone) Program IAW FAR 19.1305. The North American Industry Classification System (NAICS) code for this effort is 237310 (Highway, Street, and Bridge Construction) with a size standard of $36.5M. The Service Code is Z2LB (Repair or Alteration of Highways, Roads, Streets, Bridges, and Railways). A site visit will be conducted following the solicitation release. The site visit will be for the initial task order project (seed project) as well as to allow offerors to ask questions and the Government to explain key areas of the solicitation. Site visit information will be posted with the formal solicitation, and all questions and answers following the site visit will be posted to FedBizOpps with the solicitation notice. A formal written solicitation is anticipated to be posted to FedBizOpps for 30 calendar days on or around 15 Mar 2017 under solicitation number FA9301-16-R-0011. No proposal preparation costs will be provided nor reimbursed by the Government. Paper copies of the solicitation or associated documents will not be made available. Solicitation documents will be made available only through https://www.fbo.gov IAW FAR 5.102. The Government anticipates award of the ID/IQ contract in late July or early August 2017. Interested vendors are responsible for visiting https://www.fbo.gov periodically for any changes or updates to this notice as well as notice of a future solicitation. All prospective offerors must be actively registered in the System for Award Management (SAM) in order to be eligible for award (https://www.sam.gov) IAW FAR 4.1102. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay and/or reimburse respondents and/or their associates for any cost incurred to submit the requested information and/or proposal. Responses to this notice will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-16-R-0011/listing.html)
- Place of Performance
- Address: Edwards AFB, CA to include the Air Force Research Laboratory and Air Force Plant 42 in Palmdale, CA., Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04415245-W 20170301/170227234201-acd38a2fae75c7e4ea22c08d9bef222d (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 |