Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2012 FBO #3885
SOLICITATION NOTICE

Z -- Base Wide Sewer Utility Piping Repairs IDIQ at JB Charleston

Notice Date
7/12/2012
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures 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
FA4418-12-R-0024
 
Point of Contact
Terry J Jones, Phone: (843) 963-5176, Useba Ford, Phone: 8439635174
 
E-Mail Address
terry.jones.3@us.af.mil, Useba.Ford@us.af.mil
(terry.jones.3@us.af.mil, Useba.Ford@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis THIS A PRE-SOLICITATION NOTICES FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted accordance with FAR 5.2 and 36.213-2. Project: Base Wide Sewer Utility Piping Repairs IDIQ at JB CHS Solicitation Number: FA4418-12-R-0024 The 628th Contracting Squadron at Joint Base Charleston, SC will solicit for a Utility Piping Indefinite Deliver Indefinite Quantity (IDIQ) Contract at Joint Base Charleston - North Charleston, SC. Dollar magnitude for this contract value is between $50,000 minimum and a contract maximum not-to-exceed of $8,000,000 over a five-year period (Base year plus four (4) option years). The work consists of furnishing all labor, equipment, materials, transportation, supervision and testing to accomplish the repair of sanitary sewer collection systems, potable water distribution systems, storm water drainage systems and drainage channels on Joint Base Charleston (Air Base), North Charleston, SC, Joint Base Charleston (Weapons Station), Goose Creek, SC, North Auxiliary Field, Orangeburg County, SC and Joint Base Recreation Center (Short Stay), Monks Corner, SC. Work to be performed shall include, but not be limited to: installation, repair and maintenance of sanitary sewer manholes, mains, laterals, and other appurtenant features, installation, repair and maintenance of sanitary sewer force mains and appurtenant features, installation, repair and maintenance of potable water distribution mains, valves, service connections and other appurtenant features, maintenance and repair of storm water ponds, ditches and open channel conveyances, excavation, grading, dewatering, temporary erosion controls and other incidental work. Elements of work may include traffic control as well as Horizontal and Vertical Survey work. FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the concern perform at least 25 percent (25%) of the cost of the contract, not including the cost of materials, with its own employees. SDVOSB, HUBZone, and 8(a) firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the three categories, this requirement may be set aside. Should an insufficient number of responses be received in the three categories, the requirement will be issued as unrestricted. Interested SDVOSB, HUBZone, and 8(a) concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 27 July 2012. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside you qualify for under the applicable NAICS codes (8(a), SDVOSB or HUBZone). (b) A positive statement of your intention to bid on this contract as a prime contractor; (c) Evidence of recent experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contacts with current telephone numbers and percent and description of work self-performed; (d) Evidence of bonding capability to the maximum magnitude ($1,600,000) 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 SDVOSB, HUBZone, or 8(a) concerns. Failure to submit all information requested may result in a contractor not being considered as an interested SDVOSB, HUBZone, or 8(a) concern. If adequate interest is not received from SDVOSB, HUBZone, or 8(a) concerns, the solicitation may be issued as unrestricted without further notice. The applicable NAICS code is 237110 with a small business size standard of $33,500,000.00. 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 22 August 2012 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. In accordance with FAR 4.1102 and DFARS 252.204-7004, all prospective contractors must be registered in the Central Contractor Registration, (CCR), in order to be eligible for an award. Registration may be accomplished at http://www.ccr.gov, or telephone at 1-888-CCR-2423. Points of Contacts: Primary point of contact: Terry Jones, Contract Specialist, Phone (843) 963-5176, FAX (843) 963-2829, e-mail: terry.jones.3@us.af.mil. Alternate point of contact: Useba Ford, Contracting Officer, Phone (843) 963-5174, FAX (843) 963-2929, e-mail: useba.ford@us.af.mil. Send all correspondence to: 628th Contracting Squadron, Attn: Terry Jones, 101 East Hill Blvd, Joint Base Charleston, SC 29404-5021. Place of Performance: on Joint Base Charleston (Air Base), North Charleston, SC, Joint Base Charleston (Weapons Station), Goose Creek, SC, North Auxiliary Field, Orangeburg County, SC and Joint Base Recreation Center (Short Stay), Monks Corner, SC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-12-R-0024/listing.html)
 
Place of Performance
Address: Place of Performance: on Joint Base Charleston (Air Base), North Charleston, SC, Joint Base Charleston (Weapons Station), Goose Creek, SC, North Auxiliary Field, Orangeburg County, SC and Joint Base Recreation Center (Short Stay), Monks Corner, SC., North Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02802034-W 20120714/120713000552-0f8588765092955ceec7e8d6b39b03b7 (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.