Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
MODIFICATION

C -- REPAIR RUNWAY RW05-23, MARINE CORPS AIR STATION, BEAUFORT, SOUTH CAROLINA

Notice Date
5/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008518R0625
 
Response Due
5/29/2018
 
Archive Date
12/31/2018
 
Point of Contact
Terrie Overstreet 757-341-0692 Terrie Overstreet terrie.overstreet@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for the Repair Runway RW05-23, at the Marine Corps Air Station, Beaufort, South Carolina area as follows: This project will repair deteriorated asphalt pavement on runway 05-23 including overrun OR23 (Overrun 23) and portions of OR05 by milling, repair the base and apply a new overlay. The facility record date is 1957. The project will also repair defects in some adjacent surfaces that were identified in 2012 Airfield Pavement Condition Survey. It will remove and replace deteriorated joint sealant where it occurs, repair and seal cracks, remove rubber and apply new runway markings. Areas affected by repair will be in compliance with all environmental codes/rules. The estimated cost of magnitude for this project is 10,000,000 to 25,000,000. All service-disabled veteran-owned small businesses certified HUB-Zone small businesses, certified 8(a) small businesses, and women-owned small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. This office anticipates award of a contract for these services no later than September 2018. The appropriate NAICS Codes is 237310. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested SMALL businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services. If an 8(a) company, please submit an 8(a) letter from the SBA stating that you have a bona fide office in North Carolina. Capabilities statements shall address, as a minimum, the following: Similar size: Project value of $10,000,000 or greater. Square footage of 1,600,000 square feet or greater. Similar Scope: Asphalt milling and overlay of military aircraft runway. Runway crack repair, marking/stripping of runway, and repair/installation of electrical wiring for runway lighting/vaults as required. Similar Complexity: Project requires experience in paving military runways full length and full width, 8,000 L.F. in length as a minimum. Interstate and street paving are not of similar complexity. All responses shall include: (1) Numbers of contracts and indicate whether your participation as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. (2) Company Profile to include number of employees, office locations(s), available bonding capacity, surety ™s name, point of contact, telephone number, email address, the maximum bonding capacity per project, and the maximum aggregate bonding, DUNS number, CAGE Code, and statement regarding small business designation and status. (3) If you are proposing as an 8(a) Mentor ProtĂ©gĂ©, please indicate the percentage of work to be performed by the ProtĂ©gĂ© and a copy of the SBA letter stating that your Mentor ProtĂ©gĂ© agreement has been approved. RESPONSES ARE DUE ON 29 May 2018 by 1:00 P.M. EST. LATE RESPONSES WILL NOT BE ACCEPTED. The submission package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command, Mid-Atlantic, North Carolina IPT (ATTN: Georgia Scott); 9324 Virginia Avenue., Bldg. Z-140 Room 114; Norfolk, VA 23511. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed by email at terrie.overstreet@navy.mil. Please fill out the attached Sources Sought information form and the Sources sought Project Information form.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40079e702f841bd2d80a380366f84c47)
 
Record
SN04923365-W 20180517/180515230838-40079e702f841bd2d80a380366f84c47 (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.