SOLICITATION NOTICE
Z -- REPAIR AIRFIELD PAVEMENTS, Phases 1 and 2
- Notice Date
- 12/21/2007
- Notice Type
- Solicitation Notice
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
- ZIP Code
- 04333-0032
- Solicitation Number
- W912JD-08-R-0001
- Response Due
- 2/25/2008
- Archive Date
- 4/25/2008
- Point of Contact
- Robert Busch, 207 990-7489
- E-Mail Address
-
USPFO for Maine
(robert.busch@mebngr.ang.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Maine Air National Guard located at Bangor Air National Guard Base, Bangor, Maine and the USPFO for Maine intend to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract to provide all plant, labor, transportation, mater ials, tools, equipment, appliances and supervision necessary to remove and replace an existing Aircraft Apron, Taxilane and Refueling Hydrant System. Magnitude of the project is between $10,000,000.00 and $25,000,000.00. The demolition associated with thi s project includes approximately 78,000 SY of 14 inch Portland Cement Concrete (PCC), 2,650 SY of 3 inch Bituminous Cement Concrete (BCC), crushed aggregate base course (CABC), trench drains, drainage structures, grounding points, interstitial hydrant fuel leak detection, 6 hydrant fuel system pits, valves and lateral piping. The installation of approximately 9,000 cubic yards of Portland Cement Concrete (PCC), 69,000 tons of Bituminous Cement Concrete (BCC), crushed aggregate base course (CABC), 6 aircr aft hydrant fuel pits and associated valves, new fuel pit laterals, installation of hydrant fuel loop expansion and isolation loops, hydrant fuel low point drain structure, repairs to the hydrant fuel loop inner and outer pipes where the laterals were remo ved, drainage structures, drainage piping, 3 deicing control structures / valves / associated piping and automated / manual de-icing controls. The type of contract is firm fixed-price. A single award is contemplated. Failure to submit a complete offer sha ll result in rejection of the proposal. Construction/contract completion time is anticipated to take approximate 180 days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 237310. The small business size standard is $31 million average annual revenue for the previous three years. This action is being procured on an UNRESTRICTED basis in accordance wit h the Small Business Competitiveness Demonstration Program (Ref: FAR 19.1007 (b)(2). All responsible firms may submit an offer. The HUBZone preference IAW FAR 19.1307 applies. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. The tentative date for issuing the solicitation is on-or-about January 8, 2008. There will be two pre-proposal conferences. The tentative dates for the pre-proposal conferences are on-or-about January 16 and January 30, 2008, 9:00 a.m. local time at the 101st CES, Ban gor Air National Guard Base. All contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation for clearance to the facility. All questions for the pre-proposal conference must be submitted using Proposal Inquiry Form (Exhibit F) by January 15, 2008 via e-mail (preferred) to Stephen.e.moody@us.army.mil or fax to (207)626-4533. Directions and instructions for entering the base will be provided in the solicitation package. The solicitation c losing date is scheduled for on-or-about February 25, 2008. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures . Evaluation factors include Past Performance, Technical Proposal and Price. The Government intends to award without discussions, therefore, the offerors initial proposal shall contain its best terms. Since the Air National Guard is seeking to minimize t he risk of alkali silicate reaction (ASR), they will require the following testing procedures and results: ASTM C 1260 and ASTM C 1567 with the following two test conditions: (A) 1N sodium hydroxide at 80 degrees C for 28 days and (B) 6.4N potassium acetat e at 80 degrees C for 28 days. The limits for these tests at 28 days shall not exceed 0.08%. The testing must be done by an independent certified testing compan y. The course aggregates and fine aggregates will be tested in accordance with specification 32.13.11 Concrete Pavements for Airfield and Other Heavy Duty Pavements more than 10,000CY. This section of the specification may be viewed at the following web pa ge: http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. Offerors must include test results and design mix in their proposal. We want to emphasize that passing results for these tests MUST be included with the proposal. Proposals with test results which do not pass these tests WILL NOT be considered for award. The MeANG performed ASR screening tests using the protocol prescribed above and found that some coarse aggregates (marble and coarse grained granite) available within a reasonabl e haul distance from the project site meet the screening limits when blended with Class F low lime fly ash (CaO less than 3%) at a cement substitution rate of 25%. The MeANG has also found that some coarse aggregates (quartzite and processed glacial deposi ts) when combined when Class F low lime fly ash at 25% did not pass the screening tests. All four of the local fine aggregate sources tested (glacial deposit) did meet the above-mentioned standard when tested with the addition of 25 % Class F low lime fly ash. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors ar e required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation and associated information minus the plans and specifications will be available from the EBS website http://www.nationalguardcontracting.org/Ebs/AdvertisedSolicitations.asp. All contractors and subcontractors interested in this project must register at th is site. The plans and specifications will be available only from the Federal Technical Data Solution (FedTeDS) website on-line at https://www.fedteds.gov/. A link to this site can be found under Plans at the solicitation website. No telephone requests will be accepted. For security reasons all potential offerors, plan rooms and printing companies are required to register in the Central Contractor Registration (CCR) and the Federal Technical Data Solution (FedTeDS) in order to view or download the plan s or drawings from the web site. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liab le for information furnished by any other source. Amendments, if/when issued will be posted to the EBS page http://www.national guardcontracting.org/Ebs/AdvertisedSolicitations.asp for electronic downloading. This will normally be the only method of dist ributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible fo r any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is Bangor Air National Guard Base, Bangor, Maine. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
National Guard Contracting web site
(http://www.fbo.gov/spg/USA/NGB/DAHA17/W912JD-08-R-0001/listing.html)
- Place of Performance
- Address: Maine Air National Guard Bangor Air National Guard Base Bangor ME
- Zip Code: 04401
- Country: US
- Zip Code: 04401
- Record
- SN01475731-F 20071223/071221232629 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |