Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2017 FBO #5623
SOURCES SOUGHT

Y -- Repair Assault Landing Zone (ALZ) Runway, Atlus AFB, Oklahoma

Notice Date
4/14/2017
 
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, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-17-R-0029
 
Point of Contact
Pun Chittchang, Phone: 9186697544, Brian Hutchison, Phone: 9186697426
 
E-Mail Address
punnie.chittchang@usace.army.mil, brian.c.hutchison@usace.army.mil
(punnie.chittchang@usace.army.mil, brian.c.hutchison@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Repair Assault Landing Zone (ALZ) Runway, Altus AFB This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa has been tasked to solicit for and award Demolition and Repair of ALZ Runway, Altus AFB. Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis and other market research performed by the Agency. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and women-owned small business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses and large business are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing Repair the Assault Landing Zone (ALZ) by replacing the existing Asphaltic Cement Concrete (ACC) with Portland Cement Concrete (PCC). Requirement consists of 34, 282 sm of runway, 16,900 sm of shoulder, and 8,090 sm of overrun area. Remove existing ACC surface (59, 272 sm) and enough base course to accommodate a sufficient thickness of PCC to handle the expected loading from C-17 Assault Landings and install the design thickness of PCC. This project will comply with local, state, or federal laws, rules or regulations regarding demolition and disposal of debris and materials. • Remove existing asphalt runway surface, asphalt shoulders, and asphalt overruns. • Remove existing runway lights and lighting infrastructure. • Install new runway surface composed of a suitable thickness of Portland Cement Concrete. Also provide new asphalt shoulders and runway overruns. • Provide all necessary runway markings. • Install new runway lighting system and supporting infrastructure. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $10,000,000 and $25,000,000. Estimated duration of the project is [330] calendar days. Schedule - Pre-Construction = 140 Days - Runway Closure (actual construction) = 152 Days The North American Industry Classification System code for this procurement is 237310 Highway, Street, Bridge, Airfield/runway Construction which has a small business size standard of $36.5M. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about May 2017, and the estimated proposal due date will be on or about July 2017. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity. Include firm's capability to execute the construction; Firm MUST include comparable work performed within the past 5 years and this work MUST include military airfield paving project(s): Brief description of the project, location, customer name, timeliness of performance, customer satisfaction, percentage of the overall work that was self-performed and dollar value of the project - provide at least 3 (three) example of a HIGHLY relevant project with heavy military airfield paving (along with as many other projects that are applicable regarding heavy paving during the past 5 years). 4. Firm's estimated percentage to self-perform for this project. 5. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2PM CST, 24 April 2017. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Pun Chittchang, punnie.chittchang@usace.army.mil and brianc.hutchison@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-17-R-0029/listing.html)
 
Place of Performance
Address: Altus Air Force Base, Jackson County, Altus, Oklahoma, Altus, Oklahoma, 73523, United States
Zip Code: 73523
 
Record
SN04472804-W 20170416/170414234110-e044604a587ba554026500dfea73c900 (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.