Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOURCES SOUGHT

Z -- REPAIR AND REPLACEMENT OF TAXIWAY ECHO PAVEMENT, TINKER AIR FORCE BASE, OKLAHOMA

Notice Date
2/25/2022 6:31:25 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV-22-S-0803
 
Response Due
3/15/2022 12:00:00 PM
 
Point of Contact
Daniel K Jernigan, Phone: 9186697483, Rudolfo J. Morales, Phone: 9186697275
 
E-Mail Address
daniel.k.jernigan@usace.army.mil, rudolfo.morales@usace.army.mil
(daniel.k.jernigan@usace.army.mil, rudolfo.morales@usace.army.mil)
 
Description
This is a SOURCES SOUGHT announcement, a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a contract for the full demolition and reconstruction of Taxiway Echo, both keel and shoulders, at Tinker Air Force Base, Oklahoma.� The proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement, using the trade-off process. �The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the small business community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The government must ensure there is adequate competition among the potential pool of responsible contractors. �Small businesses, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing taxiway pavement repair and reconstruction in accordance with applicable codes and standards.� The project will also include the removal and reinstallation of edge lighting fixtures on the taxiway shoulder. Existing Conditions and Demolition:� The existing Taxiway Echo is situated east-to-west from Runway 18/36, crossing Taxiway Gulf and ending at Ramp Tango (Navy).� The concrete slabs of the taxiway have been continuously plagued by cracking and groundwater seeping to the surface for years.� The original construction of this taxiway shows it never included a drainage layer, therefore forcing an artesian condition, combined with a saturated clay base for the slabs, exerting pressure on the slabs.� Addressing the deficiencies of the existing Taxiway Echo construction will require a full-depth demolition and construction conforming to contemporary standards for both the concrete and asphalt surfaces of the facility. Site and Utilities Improvements:� Taxiway Echo consists of a 75-feet wide rigid (PCC) pavement slabs keel, with 50-feet wide flexible (asphalt) pavement shoulders at both sides, which connect Taxiway Gulf to the Ramp Tango (Navy).� Its section slopes from the centerline shall be in accordance with the Unified Facilities Criteria (UFC).� A full design for the reconstruction of Taxiway Echo will be required, complying with the following: 1.� UFC 3-260-01, Airfield and Heliport Planning and Design Section 5-5 (Fixed-Wing Taxiway Dimensions) and Table 5-1 Section 5-8 (Taxiway Intersection Criteria) with Tables 5-4 and 5-5 Section 5-10 (Apron Access Taxiways) Section 5-11 (Tow Ways) 2.� UFC 3-260-02, Pavement Design for Airfields Minimum PCC thickness shall be 18-inch for structural slabs Maximum transverse joints spacing shall be 18 feet Maximum longitudinal joints spacing shall be 18 feet, except at curves 3.� All applicable Codes and Standards for Tinker Air Force Base Grading and Drainage:� Grading for the reconstruction of the Taxiway Echo facility shall consider the UFC 3-260-1 parameters applicable to a taxiway and shall include in its analysis the drainage layer under the taxiway pavement sections, to avoid an artesian confinement of underground water flow. Erosion Control:� An erosion control plan shall be required, utilizing applicable Best Management Practices to control the runoff of silt and sediment from the site during rainfall events and reduce the amount of sediment leaving the site resulting from construction activities. Edge Lighting:� Taxiway Echo Lighting Fixtures will be removed, with LED flush fixtures to be stored and protected for re-installation.� All removed electrical equipment such as conduit, conductors, poles, and pole bases, etc. shall be disposed of by the contractor off site.� Taxiway edge lights will be installed after all pavement work is complete. Edge lighting will not be needed for towing during construction. Construction will be conducted in two phases: Phase One (1): �Demolish and repair full depth for one half of Taxiway Echo and demolish and reinstall lighting on the half of Taxiway Echo shoulder. Phase Two (2):� Demolish and repair full depth for other half of Taxiway Echo and demolish and reinstall lighting on other half of Taxiway Echo shoulder. ��� In accordance with FAR 36.204, the estimated magnitude of construction for this project is between $5,000,000 and $10,000,000. Estimated duration of the construction phase of this project is 500 calendar days. The North American Industry Classification System code for this procurement is 237310, which has a small business size standard of $39.5M.� Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting that a firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior government contract work is not required for submitting a response under this sources sought synopsis. All construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about 19 May 2022 and the estimated proposal due date will be on or about 20 June 2022.� The official synopsis citing the solicitation number will be issued on https://SAM.gov, and we invite firms to register electronically to receive a copy of the solicitation when it is issued. Interested firms� responses to this synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, e-mail address and business CAGE Code. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform a contract of this magnitude and complexity. Include firm�s capability to execute construction, comparable work performed within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project. Provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested firms shall respond to this sources sought synopsis no later than 2:00PM CST, 15 March 2022. All interested firms must be registered in SAM to be eligible for award of government contracts.� Mail, fax or email your response to MAJ Daniel K. Jernigan, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: daniel.k.jernigan@usace.army.mil. Fax: 918-669-7436. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c347a9ed317d45a3900a6fb977893eca/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN06251725-F 20220227/220225230114 (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.