SOURCES SOUGHT
Z -- Maintain Sewage Lagoon-Secondary South
- Notice Date
- 6/11/2012
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
- ZIP Code
- 58205
- Solicitation Number
- F2A3E12156A001
- Archive Date
- 7/7/2012
- Point of Contact
- Elizabeth Squires, Phone: 7017476103, Queen E McCartney, Phone: (701) 747-5287
- E-Mail Address
-
elizabeth.squires@us.af.mil, queen.mccartney@us.af.mil
(elizabeth.squires@us.af.mil, queen.mccartney@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a potential competitive 100% set aside for 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Women-Owned or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in providing proposals on repairing sewer lagoons at Grand Forks AFB, ND. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. DESCRIPTION OF CONSTRUCTION The project consists of repairing the line slippage issues associated with the south secondary cell of the Grand Forks Air Force Base wastewater sewer lagoon system. The system is comprised of one (1) primary treatment lagoon, two (2) secondary lagoons, and one (1) tertiary lagoon. Over the past several years, the fabric liner and rock riprap installed along the sloped dike walls of the lagoon cells have experienced significant slippage, resulting in rock material slipping to the bottom of the lagoons. The integrity of the dike cross-section has been compromised, as it is anticipated that movement of the fabric liner and rock has altered the original design of the slopes in some areas. The work generally includes, but is not limited to removal and gradations of riprap, installation of new drainage fabric, installation of rip-rap, replacement of valves in existing transfer structures, repair of existing embankments, and repair of existing transfer structures. Work to be performed will be within the North American Industry Classification System (NAICS) Code 237110 Water and Sewer Lines and Related Structures Construction and the small business standard of $33.5M. If your firm has an interest in proposing on this future requirement as described above, please prepare and transmit a Capability Statement to Elizabeth Squires, TSgt and Queen McCartney via mail addressed to 319 CONF/LGCA, 575 Tuskegee Airmen Blvd, Bldg 478, Grand Forks AFB, ND, 58205 fax to (701) 747-4215, or email to elizabeth.squires@us.af.mil and queen.mccartney@us.af.mil, not later than 10:00 AM CDT, 22 June 2012. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (701)747-6103 or (701)747-5287 (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Request interested firms respond to this notice and include the following in their Capability Statement: (a) Firm's INFORMATION [name, address, phone number, CAGE Code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, job venture, primary subcontractor]; (b) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant experience with a primary focus on firm-fixed type contracts that are recent (within the last three fiscal years), performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) INDUSTRY STANDARDS [Interested contractors must demonstrate a history of relevant experience with industry standards for this type of project. (f) PERCENT OF WORK the firm can commit to accomplishing the referenced project with in-house (no subcontracted) labor. Interested contractors must provide the above information to the points of contacts listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages. The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, Women-Owned or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, it will be posted on this website. This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A3E12156A001/listing.html)
- Place of Performance
- Address: Grand Forks AFB, Grand Forks AFB, North Dakota, 58204, United States
- Zip Code: 58204
- Zip Code: 58204
- Record
- SN02772500-W 20120613/120611235557-e1be94ff4f6229bc7723025fe151aae6 (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 |