Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
MODIFICATION

Z -- Repair Taxiway Alpha Overlay/Shoulders - Selfridge

Notice Date
7/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, National Guard Bureau, 127 MSG/MSC, MI ANG, 43200 MAPLE STREET, BLDG 105, SELFRIDGE ANG BASE, Michigan, 48045-5213, United States
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB-17-B-4007
 
Archive Date
9/14/2017
 
Point of Contact
MSgt Steven Stocking, Phone: 586-239-4881, David A. Brown, Phone: 5862395867
 
E-Mail Address
steven.a.stocking3.mil@mail.mil, david.a.brown202.civ@mail.mil
(steven.a.stocking3.mil@mail.mil, david.a.brown202.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: W912JB-17-B-4007 Restrictions: Small Business Title: Repair Taxiway Alpha Overlay/Repair South Overrun Shoulders Location: Selfridge Air National Guard Base, MI 48045 (Macomb County) Issue Date: 21 June 2017 Pre Proposal Conference and Site Visit (tentative): 2 August 2017 Closing Date: Approximately 5 Sept 2017 Award date : Approximately 20 Sept 2017 REPAIR TAXIWAY/RUNWAY ALPHA / Repair South Overrun Shoulders / - Selfridge Air National Guard Base, Michigan, is requesting proposals from Small Business concerns for the award of a contract for the repair of the base road system. WORK: All work indicated in the plans, statements of work and specifications. Work will be coordinated with Base Operations. Keep work site clean at all times to prevent FOD. A Macomb County Soil Erosion Permit will be required for this project. A general summary of the scope of work is provided below: 1. REPAIR TAXIWAY/RUNWAY ALPHA •A. Original taxiway (southern part) was 60' wide with a 12"10"12" PCC cross section with panel size of 20'X11'. Along the western edge it was widen by 15' whose PCC cross section is 12". The entire 75' wide taxiway was then later overlaid with ACC. See plans showing the various pavement thicknesses which may be encountered. The northern part of the taxiway is ACC with no under laying PCC and is 75' wide. The intent of the project is to overlay the entire taxiway with new ACC and to maintain the existing grade which drains. •B. Mill the existing ACC pavement to a depth of 4 inches. Dispose of millings on base where directed. Contractor shall barricade the site to protect the work. •C. Perform full depth PCC pavement repair in the area shown on the plan. The removed PCC shall be legally disposed of off base. •D. Remove ACC pavement to include base material to total depth of one foot where shown on the plan. Place new topsoil, grade to meet existing elevations and hydro-seed. •E. Place and compact new ACC pavement in two 2" lifts. Reestablishing the grade for positive drainage. •F. Remove all the abandoned concrete light bases (in general, but not always, they are those with a reflector) and legally dispose of them along with all the reflectors off base. •G. Replace existing taxiway edge lighting with new LED lights including new regulators/transformers on existing bases. The light bases shall be adjusted for plumb as needed. Remove the existing numbered pole tag and attach it to the new light fixture stem with two each black zip ties to match existing. •H. Install new light bases, cans, conduits, conductors, grounding as required by code and LED light fixtures to include required regulator/transformer. Terminate the new extended lighting circuit conductors to the existing circuits in the existing light bases. Attach new pole tag to each new stem with two each black zip ties. Backfill the new light bases and trenching and hydro-seed. Excess soil may be used to supplement the required fill for paragraph C above. •I. Repaint the taxiway center line and any other airfield markings disturbed by the work •J. Provide final clean up. K. As a bid option reestablish the PCC joint pattern on the new ACC pavement. This is for the southern portion of the taxiway only. 2. Repair South Overrun Shoulders: SOW provides for, but is not limited to: A. Work on the airfield shall accommodate the possible ground movement of aircraft otherwise the runway will be closed to air traffic. Weekend and night work may be utilized as a benefit to the Government at no additional cost. Work shall be coordinated with Base Operations. The contractor shall install Class C barricades with sand bags to control access to closed areas. B. Existing edge lighting fixtures shall be carefully removed from the existing bases. The light bases shall be adjusted and or protected so that they will not be damaged during the pavement removal/milling and repaving operations. The contractor shall properly store fixtures for reinstallation when paving operations are complete. Any damaged and/or inoperable light fixtures shall be replaced by the contractor at his/her expense. C. Milling/removal of existing ACC shoulder pavement where shown on the plans. The contractor shall repair any joints/pavement edges damaged during the removal process. Remaining pavement edges shall be cleaned of any excess materials/joint sealants prior to repaving operation. Millings shall be stock piled on base where shown. D. Install a counterpoise system. Install new #4 AWG stranded bare copper wire in an 8"deep trench. Install ¾" 10 ft. long copper clad ground rod every 1000'. The new #4 AWG wire shall be Cad welded to the new ground rods. Backfill trench and compact. E. Prepping base surface prior to paving ensuring that the new pavement meets existing grades. Existing pavement drains and the contractor shall ensure that the new pavement drains as well. F. Install new ACC pavement in two 2" lifts in the shoulder areas. Place tack coat between the lifts. G. Reinstall the edge light fixtures. H. Paint airfield markings as shown on the plan after the new ACC has sufficiently weathered per paint manufacturer's recommendations. The projects magnitude is between $1,000,000 and $5,000,000. This requirement is a 100% set-aside for Small Business concerns. Offers from other than Small Business concerns will not be considered. For Small Business information see http://www.sba.gov/. The following NAICS code 237310 will apply with the Small Business Size Standard of $36.5 Million. This project will be awarded as a firm-fixed price contract. This contract will require a Performance Bond pursuant to FAR 52.228-15 through a surety company holding a certificate of authority from the Secretary of Treasury. In accordance with FAR 28.101-2 and 52.228-1 offerors must provide a 20% of their proposal Performance Guarantee. Failure to furnish a bid guarantee in the proper form and amount by the time set for proposals due maybe cause for rejection of proposal. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements." The successful contractor will be chosen via Invitation for Bid procedures that result in the lowest responsive, responsible offer to the Government. All information required for submission of an offer will be identified in the solicitation. Solicitation W912JB-17-B-4007 information will be advertised electronically on/about 25 July 2017 at https://www.fbo.gov/ with an a nticipated award date of 20 September 2017. All responsible sources may submit a proposal which shall be considered by the agency. Award will be made to the responsible bidder whose bid conforms to the invitation for bids and is most advantageous to the Government considering only price and price related factors. This synopsis of proposed contract action is for planning purposes only and does not commit the Government to pay for any information, issue a solicitation, or award a contract. The synopsis is not to be construed as a commitment by the Government. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. Paper copies will not be available. You must register on that site in order to receive notification of changes to the solicitation. Closing is anticipated to be on/about 21 Jul 2017. All interested parties must be registered in System for Award management (SAM) as prescribed in DFARS 252.204-7004 Alt A prior to the award. For details see https://www.sam.gov/. This may take up to 3 weeks and requires a DUNS number, so it is highly recommended that interested parties register immediately in order to avoid any delays in award. No facsimile proposals will be considered. Contractors shall be fully qualified in all aspects of the requirements to be considered. The Government contemplates a basic contract period of 120 calendar days. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions to Steven Stocking @ steven.a.stocking3.mil@mail.mil A site visit will be scheduled for this request to ensure fairness to all offerors. Note: For additional info please contact your local Procurement Technical Assistance Center (PTAC). Contractors may access the PTAC website at www.ptacsofmichigan.org DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FedBizOpps.gov or fbo.gov for electronic downloading. This will normally 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. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. The government may grant a request to view additional hard copy as-built drawings as necessary. "This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government's intent to make award. This is not a commitment of funds or contract award." The Government reserves the right to fund one, none, or both of these line items. Contracting Office Address: 43200 Maple St. Bldg. 105, Selfridge ANGB MI 48045 Place of Performance: Selfridge Air National Guard Base MI 48045 The Point of Contact or this project Mr. Steven Stocking, Phone: (586) 239-4881, Email: steven.a.stocking3.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB-17-B-4007/listing.html)
 
Place of Performance
Address: 43200 Maple St. Bldg. 105, Selfridge, Michigan, 48045, United States
Zip Code: 48045
 
Record
SN04587963-W 20170722/170720234859-3b3a1255c3901d1e2fb5df78ab016e35 (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  © 1994-2020, Loren Data Corp.