Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2009 FBO #2740
SOURCES SOUGHT

Y -- Replace Primary Runway South End, Wright-Patterson Air Force Base, Dayton, OH.

Notice Date
5/26/2009
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-09-DAYTON
 
Response Due
6/9/2009
 
Archive Date
8/8/2009
 
Point of Contact
Jesse Scharlow, 5023156183<br />
 
E-Mail Address
US Army Corps of Engineers, Louisville
(jesse.e.scharlow@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A MARKET SURVEY is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a certified HUBZONE, 8A, Service Disabled Veteran Owned Business (SDVOB), or general Small Business and you are interested in this project please respond appropriately. The proposed project is called Replace Primary Runway South End, and will be constructed at Wright-Patterson Air Force Base in Dayton, Ohio. The scope for this project is to replace a full width section of WPAFB main concrete runway 5L-23R. The section to be replaced is 300 feet wide by 2600 feet long with varying pavement depth of 11 inches to 21 inches. All subgrade preparation including base course, drainage layer and new underdrain system is required for the replacement of the existing main runway. The scope also includes the replacement of the Aircraft Arresting Systems (AAS) BAK-14 cable support system in the runway. The work shall be coordinated around, and include the protection of, existing lighting as required. The construction project will include two SCAN runway surface condition sensors and their associated wiring that require replacement and the existing displaced threshold that requires relocation. Included in this scope of work is the reconstruction of adjacent shoulder areas that will be required in order to reconstruct the full width of runway pavement and install an edge subdrain system. The acquisition strategy will be design-bid-build, and the estimated award date is September 2009. Contract duration for the new construction is estimated at 365 days. The estimated cost range is between $10,000,000.00 and $25,000,000.00. NAICS is 237310. All interested certified HUB-Zone, 8A, Service Disabled Veteran Owned Business (SDVOB) or general Small Business contractors should respond to this survey by email NLT 9 June, 2009, 11:00 am, local time. Responses should include: (1) Identification and verification of the companys small business status. (2) The level of performance and payment bonding capacity that the company could attain for the proposed project. (3) Descriptions of Experience - provide descriptions of projects that will be substantially complete by June 2009 or have been completed within the last five years which are similar to this project in size, scope, and dollar value. Similar in size and scope to this project is defined as new airfield pavement construction that is at least 600,000 square feet in size. Similar is dollar value to this project is defined as construction projects that cost at least $10,000,000. With each project experience provided, include the date when the project was completed or will be complete, location of the project, your firms role on the project, contract amount, square footage of the new airfield pavement construction, the portion of work that was self performed, the percentage of work that was self performed, and a description of how the experience specifically relates to the proposed project. (4) A statement on the portion of the work that will be self performed on this project, and how it will be accomplished. Responses from proposed joint ventures between large and small business concerns (HUBZONE, 8(a), SDVOB), or a contractor team established as a Mentor-Protg, shall state what portion of the work each contractor will self perform. Please only include a narrative of the requested information; additional information will not be reviewed. Send responses to jesse.e.scharlow@usace.army.mil. If you have questions please call Jesse Scharlow at 502-315-6183. This is NOT a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-09-DAYTON/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY<br />
Zip Code: 40202-2230<br />
 
Record
SN01827148-W 20090528/090526235132-7855a05f1dbe1377eaf4dd0be5d76a90 (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.