Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOURCES SOUGHT

99 -- 201st Taxiway and Ramp Repair

Notice Date
2/27/2020 7:20:00 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W7M1 USPFO ACTIVITY DCANG 113 JB ANDREWS MD 20762-5011 USA
 
ZIP Code
20762-5011
 
Solicitation Number
W50S6W20B5004
 
Response Due
3/6/2020 1:00:00 PM
 
Archive Date
03/21/2020
 
Point of Contact
Stacey Little, Phone: 240-857-0076, Theresa Glasglow, Phone: 240-857-0076
 
E-Mail Address
stacey.m.little3.mil@mail.mil, theresa.m.glasgow.civ@mail.mil
(stacey.m.little3.mil@mail.mil, theresa.m.glasgow.civ@mail.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is NOT a request for proposal or an invitation for bid; this is for Market Research purposes only, to assist the National Guard Bureau (NGB), Construction Branch with DC Air National Guard (ANG) to gain knowledge of the potential Small Business Concerns.� NGB, Construction Branch & DC ANG anticipates the solicitation and award of a contract to provide non-personal construction services to perform surveying, engineering services, supervising, inspecting, providing equipment, tools, and materials to execute all operations required in performing the work necessary to repair the 201st aircraft ramp located on Joint Base Andrews, MD.�� This Sources Sought notice is to determine if there are an adequate number of qualified, interested small business concerns capable of responding to this sources sought.� The requirement has an estimated range of $250,000 and $500,000, consisting of removing approximately 43,000 linear feet of existing concrete aircraft ramp slab joints (Expansion/Control Joints).� The contractor will provide and install backer rod and silicone fuel resistant joint sealer and repair approximately 1500 linear feet of existing cracks in the concrete by crack chaser and fill with new fuel resistant joint sealer.� Additionally, provide partial depth spall repairs of 250 square feet of existing concrete slabs.� The contractor will provide all equipment, tools and material required for the project.� The contractor will perform tests and inspections on the construction materials, joint sealant, and application equipment to ensure specific contract and environmental requirements are met.� The North American Industry Classification System (NAICS) coded for this work is 237310, Highway, Street and Bridge Construction. The small business size standard is $36.5M average annual revenue for the previous three years.� In accordance with FAR 19.5, Set �Aside for Small Business, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement.� Small Business concerns who believe they can responsibly perform this requirement should complete and submit the Sources Sought Information Form to the Contract Specialist no later than 4:00 p.m. EST,�6 March�2020. SUBMISSION REQUIREMENTS:� Responses to this SOURCES SOUGHT SYNOPSIS/MARKET RESEARCH STUDY shall include the interested firm�s name, address, and point of contact, phone number, email address and Small Business size status.� Interested firms must provide a positive statement of intent to bid as a prime contractor and a completed and signed Sources Sought Information Request Form.� Additionally, the firm must provide a listing of projects completed during the past 6 years, both for government and private industry.� Include type of project, dollar value, contract number, location, and point of contacts.� Indicate if you were a prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor.� Also, provide a brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. IMPORTANT NOTICE: All contractors proposing on Department of Defense solicitations must be registered in the System for Award Management (SAM) database prior to award of the contract.� The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov.� You are encouraged to register as soon as possible.� All new contracts can only be made to contractors who are registered in SAM, with an active registration. The Sources Sought Information Request and appropriate supporting documentation should be emailed to the following: Stacey Little at stacey.m.little3.mil@mail.mil. Note: This sources sought is issued for informational and planning purposes only. Responses will not be returned.� The information will be used to conduct market research to identify qualified, experienced, and interested potential sources and commercial practices in support of the government�s requirement.� Respondents will not be notified of the results of the evaluation.� The Government does not intend to award a contract based on the responses received under this announcement. Contact with Government personnel, other than those specified in the sources sought, by potential offerors or their employees regarding this requirement is not permitted.� This is not a request for proposal.� It is not to be constructed as a formal solicitation or an obligation on the part of the government to acquire any products, construction, or services.� The information requested by this Sources Sought will be used within NGB-AQ-C and DC ANG to facilitate decision making and will not be disclosed outside the Federal Government. Any information provided to the government is strictly voluntary and will be provided at no cost to the government.� The Government reserves the right to decide whether or not a small business set aside is appropriate based on responses to this notice.� In the event adequate Small Business contractors are not available for adequate competition for this project, it may be advertised as unrestricted. All questions and concerns may be submitted to the contract specialist via email only at stacey.m.little3.mil@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9472381d76dc4d62b405bc54041331d4/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN05575037-F 20200229/200227230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.