Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2011 FBO #3393
SOURCES SOUGHT

Z -- SOURCES SOUGHT NOTICE FOR REPAIR OF FLIGHTLINE ACCESS ROADS AND ACCESS RAMPSPHASE 1 NASA DRYDEN FLIGHT RESEARCH CENTER EDWARDS AIR FORCE BASE CALIFORNIA

Notice Date
3/8/2011
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND11372819L-JMH
 
Response Due
3/22/2011
 
Archive Date
3/8/2012
 
Point of Contact
James M. Hillman, Contracting Officer, Phone 661-276-2457, Fax 661-276-2292, Email James.M.Hillman@nasa.gov - Sally L Saunders, Contracting Officer, Phone 661-276-6244, Fax 661-276-2904, Email sarah.l.saunders@nasa.gov
 
E-Mail Address
James M. Hillman
(James.M.Hillman@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/DFRC is hereby soliciting information from potential sources for the Repair ofFlightline Access Roads and Access Ramps, Phase 1 at the NASA/Dryden Flight ResearchCenter, Edwards AFB, CA. The project consists essentially of, but is not limited to, therepair of existing airfield pavement (taxiways, tow-ways, ramps, access roadways, andAeronautical Ground Equipment (AGE) yards). The project includes the removal andreplacement of badly cracked concrete ramps, joint sealant, and grout.Also included inthe effort is the repair of taxiway spall damage. This project will also resurfacevarious asphalt pavement sections within the DFRC main complex. This includes asphaltpavement demolition, grading, and the compacting of new sub-grade, placement of compactedbase materials or recycled roadway materials, installation of asphalt concrete paving,striping, signage, and slurry sealing.The following is an estimate of some of theefforts involved and other procurement information:Sawcut Asphalt (4) = 2,700 LF, New Asphalt Pavement = 40,800 SYNew Asphalt Overlay = 1800 SY, Slurry Seal = 36,000 LFNew Concrete Pavement = 1,100 SYOrder of Magnitude for the procurement is between $1,000,000 and $5,000,000.Duration of the project is 275 calendar days after NoticeTo-Proceed (NTP).North American Industrial Classification System (NAICS) Code applicable to thisacquisition is 237310 with a small business size standard of $33.5 Million dollars inaverage annual receipts.Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor musthave the capability to perform at least 15% of the contract work with his/her ownemployees.Prior Government contract work is not required for submitting a response underthe sources sought synopsis.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement of 10 pages or less indicating theability to perform all aspects of the effort described herein.Responses must include the following: name and address of firm, CAGE Code, DUNS Number,size of business; average annual revenue for past 3 years and number of employees;ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/orwoman-owned; number of years in business; affiliate information: parent company, jointventure partners, potential teaming partners, prime contractor (if potential sub) orsubcontractors (if potential prime); list of customers covering the past five years(highlight relevant work performed, contract numbers, contract type, dollar value of eachprocurement; and point of contact - current address and phone number).Includeattachments documenting the company's equipment assets, personnel resources and financialresources that demonstrate company responsibility and capability to perform the requiredwork. Technical questions should be directed to: Ms. Vicki Gray at (661) 276-5116.Procurement related questions should be directed to: Jim Hillman at (661) 276-2457.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Jim Hillman no later than 22MAR11. Please reference NND11372819L in any response. Any referenced notes may be viewed atthe following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND11372819L-JMH/listing.html)
 
Record
SN02396024-W 20110310/110308234538-bc768df16bfc6b96f82a99ab15e8ec27 (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.