Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2009 FBO #2602
SOURCES SOUGHT

Y -- Sources Sought Notice for Design-Build, F-35 Ramp and Main Base Runway, Phase 4, Edwards Air Force Base, California

Notice Date
1/8/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, California, 90053-2352
 
ZIP Code
90053-2352
 
Solicitation Number
W912PL-09-S-0002
 
Archive Date
2/14/2009
 
Point of Contact
Lucia A. Carvajal,, Phone: 213.452.3240, Cynthia H. Mcmanus,, Phone: 213-452-3247
 
E-Mail Address
lucia.a.carvajal@usace.army.mil, Cynthia.H.Mcmanus@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis. This Sources Sought announcement is part of a market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The US Army Corps of Engineers, Los Angeles District is seeking sources for the Design and Construction of F-35 Ramp and the Main Base Runway Phase 4, The Government proposes to issue a firm fixed price contract for this project. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the Community general contractors. The Government must ensure there is adequate competition among the potential pool of available contractors. The proposed acquisition consolidates two projects, Design and Construction of F-35 Ramp and Complete Repairs, Main Base Runway, Phase 4, Edwards AFB, CA. It is the Government's intent to issue a single solicitation for both projects. Construction services will consist of design and construction of a concrete aircraft parking ramp for eight aircraft to support Operational Testing of the F-35The parking ramp will include grounding points, tie downs, standard airfield markings and asphalt shoulders. Main Base Runway, Phase 4, this phase completes the repair of the main base runway (approximately 2,000' by 150'). In addition, due to the requirement for large volume of concrete placement for the F-35 Ramp and the Main Base Runway, Phase 4, a concrete batch plant must be set up at the project site. The concrete batch plant is required to ensure continuous placement of concrete. A brief description of the concrete batch plant requirement follows: Concrete plant shall show the general features of the aggregate processing plant; aggregate transporting, storage and reclaiming facilities; coarse aggregate re-screening plant; concrete batching and mixing plant; concrete conveying and placing plant; and worker's hoists. Concrete mixing plant shall appropriately show the capacity of each major feature of the plant; rated capacity of the aggregate transporting storage and reclaiming facilities; volume of aggregate stored; capacity of cement storage; rated capacity of the concrete batching and mixing plant; rated capacity of the worker's hoists and loading trucks. The size of the mixers and bins and the structural components of the plant shall also be shown. The plant layout shall show the proposed location of the laboratory and adjacent parking lot with access roads. The estimated construction range: Between $11,000,000 to $13,000,000 Estimated duration of project is 365 Calendar Days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Small Business Size Standard for this acquisition is $33.5Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis. All technical evaluation factors and sub-factors have not been assigned at this time. Past Performance and Small Business Subcontracting Plans will be evaluated. Offerors responses to this synopsis for the following questions are sought from prospective prime contactors. Responses shall be limited to 5 pages. Offerors name, address, point of contact, phone number, and email address. Offerors interest in bidding on the solicitation when issued. Offerors capability to perform a contact of this magnitude and complexity (include offerors in-house capability to execute the design and construction, comparable work performed within the past 5 years, and brief description of the project, customer satisfaction, and dollar value of project) provide at least 3 examples. Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned Business, 8(a)). Offerors Joint Venture information, if applicable, existing and potential. Offerors bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Interested offerors shall respond to the Sources Sought Synopsis no later than 2:00 PM (local time), 30 Jan 2009All interested contractors must be registered in CCR to be eligible for award of Government contracts. Please submit your response to: USACE-Los Angeles District, ATTN: Contracting Division-West Region Branch, C/O Lucia A. Carvajal, 915 Wilshire Blvd, Suite 1040, Los Angeles, CA 90017. Contracting Office Address: US Army Engineer District, Los Angeles, P. 0. Box 532711, Los Angeles, CA 90053-2325
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b73e5e233075cb1e6e73547b9ca37845&tab=core&_cview=1)
 
Place of Performance
Address: Edwards Air Force Base, Edwards Air Force Base, California, 93523-0326, United States
Zip Code: 93523-0326
 
Record
SN01728886-W 20090110/090108214927-b73e5e233075cb1e6e73547b9ca37845 (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 |
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.