Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOLICITATION NOTICE

Y -- Wallops Airfield Repair Project, Field Carrier Landing Practice (FCLP) Phase 9

Notice Date
6/24/2022 12:56:29 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC22B0004
 
Response Due
7/25/2022 1:30:00 PM
 
Point of Contact
Maikeyza Brown, Tiera Greene
 
E-Mail Address
Maikeyza.Brown-1@nasa.gov, Tiera.M.Greene@nasa.gov
(Maikeyza.Brown-1@nasa.gov, Tiera.M.Greene@nasa.gov)
 
Description
National Aeronautics and Space Administration (NASA)/Goddard Space Flight Center (GSFC) plans to issue an Invitation for Bid (IFB) for Wallops Airfield Repair Project, Field Carrier Landing Practice (FCLP) Phase 9 at Wallops Flight Facility (WFF), located in Wallops Island Virginia. The scope of work for this project including the base bid and options shall include but are not limited to: Portland cement concrete (PCC) spall repairs, full depth repairs, full slab replacements, crack sealing, joint sealing, and asphalt concrete (AC) seal coating. The Wallops Airfield Repairs FCLP Phase 9 project focuses on performing routine maintenance per the recommendation from Site Specific Report � Airfield Pavement Condition Survey, WFF dated September 2018. The project will include various PCC and AC repairs to pavements associated with the Runway 28 approach, the taxiways supporting Runway 10-28, and the east B. D-001 ramp. The work to be completed shall include: furnishing, as applicable or may be required, all Contractor�s plant, equipment, safety devices, labor, tools, materials, supplies, and services; and performing all operations necessary to a complete project in conformity with the scope of work. This acquisition will result in a single, firm fixed price construction contract. The order of magnitude for this procurement is between $1,000,000 and $5,000,000 and the effort shall be completed within 270 calendar days after notice to proceed. A bid guarantee, performance, and payment bond will be required. The NAICS Code and small business size standard for this procurement is 237310 and $36.5M, respectively. This is a new procurement. It does not replace an existing contract. No prior information exists. The anticipated release date of the Invitation for Bid (IFB) is on or about July 26, 2022, with an anticipated offer closing date of on or about August 25, 2022. The firm date for receipt of bids will be stated in the IFB. Drawings will be available via electronic posting. All responsible sources may submit a bid which shall be considered by the Agency. This acquisition will be solicited inviting full and open competition. NASA Clause 1852.215-84. Ombudsman is applicable. The Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf. The solicitation and any documents related to this procurement will be available over the Internet. If a solicitation is released, then it and any additional documents will be available on www.Sam.gov. It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any).� Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).� In accordance with FAR 52.236-27 Site Visit (Construction), Offerors are encouraged and expected to inspect the site where the work will be performed. An organized site visit will be held and the time and location will be stated in the IFB. No provision in this notice in any way obligates the Government to pay any bid preparation cost. All contractual and technical questions must be submitted in writing to the primary and secondary points of contact stated in this notice. Questions shall be submitted in written form via email. Only requests received and answered by formal written response will be binding. Oral and other interpretations or clarifications will be without legal effect. Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email to Maikeyza Brown, Contracting Officer, at Maikeyza.Brown-1@nasa.gov and cc Tiera Greene, Contract Specialist, at Tiera.M.Greene@nasa.gov no later than August 2, 2022 @ 4:00 p.m. ET. Telephone questions will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/59a358a058134922b5d9a4e06e803fc9/view)
 
Place of Performance
Address: Wallops Island, VA, USA
Country: USA
 
Record
SN06368574-F 20220626/220624230058 (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.