SOLICITATION NOTICE
Z -- Interim Repairs-Runway 15/33
- Notice Date
- 6/25/2010
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- FA4418-10-R-0009
- Point of Contact
- Terry J Jones, Phone: (843) 963-5176, Cheryl M Bennett, Phone: (843) 963-5173
- E-Mail Address
-
terry.jones@charleston.af.mil, cheryl.bennett@charleston.af.mil
(terry.jones@charleston.af.mil, cheryl.bennett@charleston.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis FA4418-10-R-0009 for Interim Repairs - Runway 15/33 The 628th Contracting Squadron, at Charleston AFB. SC, will solicit for an Interim Repairs - Runway 15/33 contract at Charleston AFB, North Charleston, SC. Dollar magnitude for this contract is between $1,000,000 and $5,000,000. The performance time is (75) days. The work to be performed consists of furnishing all plant, labor, materials, equipment, supplies, and supervision necessary to complete project DKFX 10-1046 Interim Repairs - Runway 15/33 at Charleston Air Force Base, South Carolina. The work includes, but not limited to earthwork, site work, selective demolition, concrete, chemical removal of rubber build-up, mill/overlay asphalt, seal coat, bituminous surface treatment, spall repair, crack repair, joint repair, rubber removal, runway markings (paint), electrical, thermoplastic coal tar emulsion slurry seal for the entire 33 end overrun and 150 feet of the 15 end overrun, and sodding. SDVOSB and HUBZone firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the two categories, this requirement will be set aside. Should an insufficient number of responses be received in the two categories, the requirement will be issued as unrestricted without further notice. Interested SDVOSB and HUBZone concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 8 July 2010. NOTE: If this requirement is set aside, FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the concern perform at least 25% of the cost of the contract, not including the cost of materials, with its own employees. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside you qualify for under the applicable NAICS code (HUBZone or SDVOSB); (b) A positive statement of your intention to bid on this contract as a prime contractor; (c) Evidence of the recent experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contacts and current telephone numbers and percent and description of work self-performed; (d) Evidence of bonding capability to the maximum magnitude of the project to include both single and aggregate totals. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone or SDVOSB concerns. If adequate interest is not received from HUBZone or SDVOSB concerns, the solicitation will be issued as unrestricted without further notice. The applicable NAICS code is 237310 with a small business size standard of $33,500,000. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures, resulting in the Best Value to the Government. The government reserves the right to award a contract to other than the lowest price. Evaluation factors will be set forth in Sections L & M of the solicitation. It is anticipated the solicitation will be issued electronically on or about 19 July 2010 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. All prospective contractors must be registered in the Central Contractor Registration, (CCR), in order to be eligible for an award. Primary point of contact: Terry Jones, Contract Specialist, Phone (843) 963-5176, FAX (843) 963-2829, e-mail: terry.jones@charleston.af.mil. Alternate point of contact: Cheryl Bennett, Contracting Officer, Phone (843) 963-5173, FAX (843) 963-2929, e-mail: cheryl.bennett@charleston.af.mil. Send all correspondence to: 628th Contracting Squadron, Attn: Terry Jones, 101 East Hill Blvd, Charleston AFB, SC 29404-5021.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-10-R-0009/listing.html)
- Place of Performance
- Address: Charleston Air Force Base, NOTE: NOTICE TO OFFERORS; FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION/RFP EITHER BEFORE OR AFTER THE BID OPENING/RFP CLOSING DATE., North Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN02188820-W 20100627/100625235125-182bcfb9b766bfed92e1895d164330a9 (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 |