Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOURCES SOUGHT

Y -- Repair Taxiway C, Facility 998

Notice Date
1/18/2018
 
Notice Type
Sources Sought
 
NAICS
#237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-18-REPAIRTAXIWAY
 
Archive Date
2/20/2018
 
Point of Contact
Marcel D. Hull, Phone: 5023156184
 
E-Mail Address
Marcel.D.Hull@usace.army.mil
(Marcel.D.Hull@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is a construction requirement to replace the existing Asphaltic Cement Concrete (ACC) overlay on Taxiway C with a new Portland Cement Concrete (PCC) overlay at Grissom Air Reserve Base, Indiana. There will be a full depth repair of Portland Cement Concrete at the entrance to Taxiway C to change the elevation per UFC standards. Saw and seal joints. Mill asphalt shoulders to provide slope to concrete overlay. Re-grade aggregate and place new aggregate as needed to meet profile and grade requirements for full-depth concrete. Restore airfield markings over repaired sections. Contract duration is estimated at 455 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 237990. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 5 February 2018 by 2:00 PM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Entity Identifier (formerly DUNS Number) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Apron, Taxiway and/or Runway Concrete Airfield Pavement Repair Projects placed by slipform paver on DoD Airfields. b. Projects similar in size to this project include: 20,000 SY or greater. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 7. Documentation of the firm's bonding company showing current single and aggregate performance and payment bod limits. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed Interested Offerors shall respond to this Sources Sought Synopsis no later than 5 February 2018 by 02:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Marcel Hull, Contract Specialist, at: Marcel.D.Hull@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. This is NOT a Request for Proposal. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-18-REPAIRTAXIWAY/listing.html)
 
Place of Performance
Address: Grissom Air Reserve Base, Indiana, 46971-0000, United States
Zip Code: 46971-0000
 
Record
SN04793568-W 20180120/180118231557-f90052ca10aef62336871c04f7c15abf (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.