SOURCES SOUGHT
Z -- Airfield Paving IDIQ
- Notice Date
- 7/26/2017
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- Project_171101
- Point of Contact
- Jason D. Passarella, Phone: 9375224576, Matthew K. Marshall, Phone: 937-522-4552
- E-Mail Address
-
jason.passarella@us.af.mil, matthew.marshall.6@us.af.mil
(jason.passarella@us.af.mil, matthew.marshall.6@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force, AFLCMC/Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including Small Business (SB), HUBZone, 8(a), Woman-Owned (WO) and Service-Disabled Veteran-Owned (SDVO) small business concerns. This sources sought is for planning purposes only. The work consists of furnishing all labor, equipment, appliances, devices and materials, and performing all operations necessary in connection with ZHTV171101, "On-Call" Repair and Maintain Airfield Pavements including removals and miscellaneous work as specified and as shown, indicated, or noted on the drawings. The site of the work is the Airfield in Area A and the Airfield in Area B, Wright-Patterson Air Force Base, Ohio. SPECIAL REQUIREMENTS/CONCERNS: Emergency situations will require a start work response time as short as one day. Availability of the Airfield facilities is critical, resulting in liquidated damages exceeding typical values for construction. The Contractor shall coordinate all work with the Airfield Manager and the CE Inspector when working on any portion of this contract. A schedule of work in its proper sequence shall be mutually agreed upon by the Contracting Officer, Airfield Manager and the Contractor, whereby restrictions on aircraft movements will be held to a minimum. All areas within 200 feet of the edge of an active Taxiway/Runway are designated as critical work areas. The anticipated period of performance is one base year ordering period with two additional year ordering periods. The estimated magnitude is between $1,000,000 and $5,000,000. This IDIQ contract will have a maximum value of $4,900,000. The NAICS Code assigned to this acquisition is 237310 (Repair, highway, road, street, bridge or airport runway), with a Size Standard of $36.5M. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, WO or HUBZone). All prospective Contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime Contractors must comply with the Limitations on Subcontracting, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14(c)(3). All interested Prime Contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 10:00 A.M. ET on 28 August 2017: Please include the following in your Capability Package: (1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor, including Name and Address; (2) Your DUNS Number and/or CAGE Code; (3) Date of HUBZone certification, if applicable; (4) 8(a) certification, if applicable; (5) Documentation of SDVOSB status, if applicable; (6) WO must provide information IAW Federal Acquisition Regulation 19.1503; (7) List of capabilities and/or experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact with their phone numbers, and an explanation of the relevancy of the project (limit to 5 single-sided pages); (8) Documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project; (9) If any subcontracts are to be used, respondents shall provide the anticipated percentage of effort to be subcontracted and whether small or other than small businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated; (10) If you are considering a joint venture that has not been formalized, specify the firm(s) you intend to partner with and how you plan to officially form the joint venture. Fax or e-mail responses will be accepted. E-mail to jason.passarella@us.af.mil or fax 937-257-2825. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. Responses shall be limited to 10 pages. Be advised that all correspondence sent via e-mail shall contain a subject line that reads, "PROJECT ZHTV171101". If sending attachments by e-mail, ensure only.pdf,.doc, or.xls documents are sent. The e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents. Therefore, if this subject line is not included, or if a.zip or.exe file is attached, it may be deleted by the e-mail filters.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/Project_171101/listing.html)
- Place of Performance
- Address: 1940 Allbrook Dr., Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN04598682-W 20170728/170726231653-5037052539d1e183529b049eb1963da8 (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 |