Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

Z -- Repair Taxiway Mike & Delta

Notice Date
4/22/2021 9:47:09 AM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FA4855 27 SOCONS LGC CANNON AFB NM 88103-5321 USA
 
ZIP Code
88103-5321
 
Solicitation Number
FA4855-21-R-0008
 
Archive Date
04/30/2021
 
Point of Contact
Regenia Goldsmith, Phone: 575-784-1661, Ryan Fowler, Phone: 575-784-7669
 
E-Mail Address
regenia.goldsmith.2@us.af.mil, ryan.fowler.1@us.af.mil
(regenia.goldsmith.2@us.af.mil, ryan.fowler.1@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This announcement constitutes a Pre-Solicitation notice (synopsis) in accordance with FAR Subpart 5.2. The 27th Special Operations Contracting Squadron (27 SOCONS) hereby announces its intent to issue a solicitation entitled, ""FA4855-21-R-0008, Repair Taxiway Mike & Delta at Cannon Air Force Base (CAFB), New Mexico (NM)"" as described within this announcement. This project is a firm-fixed-price solicitation, utilizing a Past Performance Tradeoff (PPT) source selection procedures prescribed at FAR Subpart 15.101-1. The Government intends to issue a formal solicitation via a Request for Proposal (RFP) requesting proposals, which will follow this announcement and will take place no sooner than 15 calendar days from the publication of this announcement. Project Description: The project calls for the reconstruction of Taxiway Mike and Delta located on the Airfield of Cannon Air Force Base (CAFB). The reconstruction of Taxiway Mike includes the removal of 102,000 square feet of 3"" Asphalt Cement (AC), to replace with 102,000 square feet of new Portland Cement Concrete (PCC). This will also include slab replacement of adjoining hot brake pad and joint seal repair. The reconstruction of Taxiway Delta includes the reconstruction of 25,000 square feet of PCC in section T13A1, slab replacement, and joint seal repair. Additionally, 75,000 square feet of 4"" AC shall be removed and replaced with PCC in section T12A. All work shall be done on CAFB, NM in accordance with (IAW) the Statement of Work, Specifications and Drawings, and CAFB, NM standards.� The estimated Period of Performance (PoP) is not to exceed NTE 471 calendar days. Project magnitude is between $5,000,000 and $10,000,000. This is a 8(a) Small Business Set-Aside IAW FAR 19.203(c). All responsible offerors who are certified small business participants IAW FAR 19.000(a)(3) are encouraged to participate in the request for proposal. This will be a PPT Source Selection Process. The PPT source selection process is appropriate when it may be in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. The evaluation factors and significant subfactors that establish the requirements of acceptability shall be set forth in the solicitation. Solicitations shall specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer has elected to consider past performance as an evaluation factor, which shall be evaluated IAW FAR 15.305. If the Contracting Officer determines that a small business� past performance is not acceptable, the matter shall be referred to the Small Business Administration (SBA) for a Certificate of Competency determination, IAW the procedures in subpart 19.6 and 15 U.S.C. 637(b)(7). The Government will use trade-off approach and proposals will be ranked by their relative importance using non-cost/price factors of past performance and technical. Exchanges may occur. � A firm fixed-price contract will be awarded to the responsive and responsible offeror, whom the Government determined had an acceptable proposal, conforms to the solicitation, is fair and reasonable, and provides the best value to the Government. Vendors must be registered with the System for Award Management (SAM) database to receive a Government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM).� The North American Industry Classification System (NAICS) Code applicable (237310) to this acquisition must be in vendor's SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.beta.sam.gov. Offerors who cannot meet the bonding capabilities, but are otherwise interested in proposing on this requirement, are encouraged to seek financial assistance via the SBA Surety Bond Guarantee Program. For Federal Contracts, the SBA guarantees bid, payment, performance, and ancillary bonds issued by surety companies-if a guarantee would be in the best interest of the Government. This program supports contracts up to $10 million. SBA reimburses surety companies in case of default 90 percent of less sustained for veteran and service-disabled veteran, minority, 8(a), and HUBZone-certified small businesses; all projects up to $100,000, and 80 percent for all other small businesses. For additional information regarding the SBA Surety Bond Guarantee Program, please contact the SBA New Mexico District Office, Business Opportunity Specialist, Joshua Baca: JOSHUA BACA Business Opportunity Specialist U.S. Small Business Administration New Mexico District Office (505) 248-8236 joshua.baca@sba.gov All other inquiries related to this procurement shall be directed to the Contracting Officer, Mr. Lee Mutschler, at lee.mutschler@us.af.mil and the Contract Administrators, TSgt Darrell Thornburgh, at darrell.thornburgh@us.af.mil and Ms. Regenia Goldsmith at regenia.goldsmith.2@us.af.mil. � A site visit will be held on 19 May 2021 at 10:00 AM MT. Due to the Coronavirus Disease 2019 (COVID-19) precautions, 27 Special Operations Wing (SOW) requires all personnel to follow the state of New Mexico�s public health guidance. 27 SOW also requires an exception to policy (ETP) for all out-of-state travelers that require access to Cannon AFB, NM. If interested in participating in the site visit scheduled on 19 May 2021, please submit the following information for all personnel that require base access to MSgt Ryan Fowler at ryan.fowler.1@us.af.mil, TSgt Darrell Thornburgh at darrell.thornburgh@us.af.mil, and Ms. Regenia Goldsmith at regenia.goldsmith.2@us.af.mil. All ETP information must be submitted NLT 30 April 2021. ------------5Ws----------- Who:� �� What:� � When:� � Where:� � Why: Mode of Travel: Number of Cannon AFB Personnel Interaction: Public Health Risk Assessment/Recommendation: ���� 1.����� Risk/Recommendation: ---Leave Blank for medical input only--- ���� 2.����� Where each member is coming from (city / county / state): ���� 3.����� Has/will the member travel outside of their home state 14 days prior to arrival to Cannon AFB, NM? ���� 4.����� When do you need to have approval by?
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b67526f8f0b4ee59b05162add654317/view)
 
Place of Performance
Address: Cannon AFB, NM 88103, USA
Zip Code: 88103
Country: USA
 
Record
SN05980483-F 20210424/210422230115 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.