Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOURCES SOUGHT

Z -- Airfield Paving IDIQ MAPC

Notice Date
5/13/2022 1:45:53 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FA4497 436 CONS LGC DOVER AFB DE 19902-5016 USA
 
ZIP Code
19902-5016
 
Solicitation Number
FA4497-22-R-0017A
 
Response Due
6/3/2022 11:00:00 AM
 
Archive Date
12/31/2023
 
Point of Contact
Andre Jackson, Phone: 3026774671, Fax: 3026772907, Theresa Stauffer, Phone: 3026775210
 
E-Mail Address
andre.jackson@us.af.mil, theresa.stauffer.1@us.af.mil
(andre.jackson@us.af.mil, theresa.stauffer.1@us.af.mil)
 
Small Business Set-Aside
LAS Local Area Set-Aside (FAR 26.2)
 
Description
This sources sought (FA4497-22-R-0017 - Airfield MAPC) is issued solely for the purpose of market research and to obtain information from potential (nationwide) and eligible firms. The 436th Contracting Squadron, Dover AFB, DE, is contemplating a multiple award Indefinite Delivery /Indefinite Quantity (IDIQ) contract which consists of, but is not limited to, the construction of airfield and heavy duty asphalt and concrete pavements, including demolition and removal of same, and other miscellaneous appurtenances. Heavy duty pavements can be located on or off the airfield on the base side where conditions warrant. Examples of heavy duty pavement activities include, but are not limited to, large piping projects, cracking and seating of concrete, large paving projects, and base-wide striping projects. The base contract period magnitude for this project is between $1,000,000 and $5,000,000 and each option year (target of 8-years) magnitude is between $1,000,000 and $5,000,000.� This amount includes the basic contract period and all options exercised. The Government anticipates award of up to three contracts as a result of a solicitation but reserves the right to award more, fewer, or none at all.� We are requesting that all interested and qualified firms respond to this sources sought notice with a capability statement similar to your marketing package used in the everyday course of doing business. Oral communications ARE NOT acceptable in response to this notice. The Government will utilize the following information for determining an acquisition strategy: (1) Summarize how your company is uniquely capable and qualified to perform this type of project; (2) Summarize projects completed similar to the project outlined above. The list of relevant projects should include names of the project team members and firm, point of contact (Contracting Officer and COR/Inspector) with titles, phone, fax numbers, e-mail addresses, project scope, and type of contract. Please verify accuracy of all information before submitting your package. (3) Bonding: provide your bonding capacity per contract and aggregate. Bonding for each project will be at the task order level. (4) Provide a statement of your current business size status under NAICS code 237310 - Highway, Street, and Bridge Construction, with a size standard of $36,500,000. In your response, also indicate whether your firm is a HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, 8(a) Small Business, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business, or Large Business. The information above must be submitted via e-mail to Mr. Andre Jackson at andre.jackson@us.af.mil, Theresa Stauffer at theresa.stauffer.1@us.af.mil and Mr. John Porter at john.porter.23@us.af.mil. You will receive notification when your package is received by the POCs. If you do not receive a ""received"" reply within two business days of submission of your package, please follow-up with the POCs listed to confirm receipt.� This Sources Sought is an advance notice for information and planning purposes only and is not a solicitation. In order to receive an award, should one be awarded to your company, the successful offeror must be registered and active in System for Award Management (SAM). The SAM website is https://sam.gov/content/home. The information/capability statement must be received no later than 2 p.m. (EST), 03 June 2022. THIS SOURCES SOUGHT NOTICE SHOULD NOT BE CONSTRUED IN ANY MANNER TO BE AN OBLIGATION TO ISSUE A CONTRACT, OR RESULT IN ANY CLAIM FOR REIMBURSEMENT OF COSTS FOR ANY EFFORT YOU EXPEND IN RESPONDING TO THIS REQUEST. The solicitation is not currently available. The entire solicitation, including the specifications, will be made available only on the SAM website at: https://sam.gov/content/home.� The solicitation will be accessible by following the links on the SAM website to: Contract Opportunities, then search the solicitation number FA4497-22-R-0017. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon interested parties to review this site frequently for any updates/amendments to any and all documents. You can also register to receive notifications automatically on SAM when any information is posted to SAM. However, you are cautioned not to depend on the automatic notifications to keep up to date with the solicitation updates. �Telephone and fax requests will not be honored.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7651a915efb3491686152eca58592fe1/view)
 
Place of Performance
Address: Dover AFB, DE 19902, USA
Zip Code: 19902
Country: USA
 
Record
SN06327258-F 20220515/220513230103 (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.