Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
SOLICITATION NOTICE

Z -- Airfield Pavements/Systems

Notice Date
7/20/2012
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 19th Contracting Squadron, 642 Thomas Avenue, Bldg 642, Little Rock AFB, Arkansas, 72099-4971, United States
 
ZIP Code
72099-4971
 
Solicitation Number
LRAFB-FA4460-12-R-0006
 
Point of Contact
Rachel L. Italiano, Phone: 501-987-3847, Betty A Rosewaren, Phone: 501-987-8123
 
E-Mail Address
rachel.italiano.1@us.af.mil, betty.rosewaren@us.af.mil
(rachel.italiano.1@us.af.mil, betty.rosewaren@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
SYNOPSIS FOR AIRFIELD PAVEMENTS/SYSTEMS. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). AIRFIELD PAVEMENTS/SYSTEMS: The 19th Contracting Squadron is seeking responsible Contractors interested in providing Airfield Pavements/Systems support to Little Rock AFB, AR. This requirement is set-aside for HUBZone Small Businesses in accordance with (IAW) the procedures at FAR 19.1305(b). The applicable North American Industry Classification System (NAICS) Code is 237310 - Airport Runway Construction. The magnitude of construction is between $5,000,000.00 and $10,000,000.00. The requirement shall include but not be limited to the following: SUSTAIN / REPAIR AIRFIELD PAVEMENTS Indefinite-Delivery Indefinite-Quantity Contract. The Contractor shall provide all design, plant, labor, materials and equipment necessary to fully meet all requirements of the Summary of Work, Construction Specifications, Construction Drawings and all other Contract Documents related to and/or titled: "IDIQ Airfield Pavements/Systems, NKAK 10-1091(1-4)" at Little Rock AFB, Arkansas and the LRAFB areas of responsibility at the All-American Landing Zone (AALZ) at Camp Robinson in North Little Rock, Arkansas. The principal features of the work consist of but are not limited to the following: providing temporary airfield lighting during construction; temporary and permanent airfield markings; install erosion control measures; seal joints; spall repair; bitumen rejuvenation; random crack repair; rubber removal; friction testing; removal and disposal of concrete pavements; remove, crush and stockpile concrete pavements; asphalt cold milling and disposal of milled material; asphalt cold milling and stockpile milled material; placing, grading and compacting Government provided crushed concrete and asphalt millings; construction of new concrete pavements; groove the runway surface; install new tie-downs in new or existing pavement; placing hot mix asphalt; install underground electric and lights; install airfield electrical and NAVAID components; install sub-drains; grading airfield areas to meet airfield criteria; hydro-seed and/or sod disturbed areas. The aforementioned general outline of the principal features does not in any way limit the responsibility of the Contractor to perform all work required by the plans and specifications. Phasing: Some delivery orders may require that the project be completed in multiple phases in order to facilitate continuous airfield operations. No additional mobilization and/or demobilization costs will be permitted when a project is required to be phased. Airfield operations delays to the Contractor will occur during the work. The length of time and frequency will be held at a minimum. The Contractor will also be required to shut down operations for scheduled events to include but not limited to Air Shows. No additional project information will be provided to Contractors at this time. The work required for each upcoming project will be negotiated under a separate delivery order and detailed in the associated Statement of Project Scope. Personal visits for the purpose of discussing potential projects are discouraged. The upcoming solicitation will be a Request for Proposal (RFP). Proposals will be evaluated using the Performance Price Tradeoff (PPT) technique without technical evaluation. Contract award will be made based upon best value to the Government. The Government reserves the right to award a contract to other than the offeror with the lowest priced offer. The acquisition will result in the award of one (1) Firm Fixed Priced with Economic Priced Adjustment (EPA) Indefinite-Delivery Indefinite-Quantity (IDIQ) type contract. Work will be accomplished under delivery orders issued against the resulting IDIQ. The base period will be for eight (8) months and each of the four (4) following options periods will be for twelve (12) months. An option period may be exercised when the preceding performance period expires or when the maximum quantity for the base period or preceding option period has been exhausted or nearly exhausted. The contract rates for the base period shall begin on the date of the contract award and shall continue for the duration of the performance period or until the upcoming option period is exercised. The solicitation package will be posted on the Federal Business Opportunities (FBO) website at www.fbo.gov on or about 03 August 2012. The Government will not provide paper copies of the solicitation package; however a CD with specifications and drawings will be provided to Contractors who respond IAW the instructions that will be provided with the solicitation. Facsimile, telephone, written, or email request for the solicitation package will not be considered. Potential offerors are responsible for monitoring the FBO site for release of the solicitation package and any other information pertinent to this acquisition. All potential offerors must be registered with the state of Arkansas as a licensed contractor. Proposals SHALL NOT be submitted prior to submitting an application for licensure in the state of Arkansas. Licensing information is available at the Arkansas Contractors Licensing Board via the website at http://aclb.arkansas.gov. Potential offerors must also be registered in the Central Contractor Registration (CCR) database. Contractors may apply for CCR registration via the website at http://www.bpn.gov/ccr/ or by contacting the Federal Service Desk at 1-866-606-8220. In addition to being register in CCR, interested firms must also complete annual representations and certifications via the Online Representations and Certifications Application available at https://orca.bpn.gov/ and be current in VETS 100-100A Federal Contract Reporting. Effective January 15, 2012; Customers will no longer be able to electronically file a VETS 100-100A Report. Customers may still file, but must first download the form from the VETS website at www.dol.gov/vets/programs/fcp/main.htm, fill out the form and mail to the following address: Veteran's Employment and Training Service (VETS) In Care of: Department of Labor National Contact Center (DOL-NCC) Suite 200 14120 Newbrook Drive Chantilly, VA 20151 (866) 237-0275 Or email to: VETS100-Customersupport@dol.gov QUESTIONS: Please direct any questions in writing to Ms. Rachel Italiano at rachel.italiano.1@us.af.mil. Please be sure to Courtesy Copy (CC :) Mr. Barry Jundt at barry.jundt@us.af.mil and Ms. Betty Rosewaren at betty.rosewaren@us.af.mil. Only questions submitted in writing will be considered. Please include the following in the email subject line: Airfield Pavements-Systems Question: Contractor/Company Name.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a2d39f433dacc1f15419c1af3675bbb3)
 
Place of Performance
Address: Little Rock AFB, AR, LRAFB, Arkansas, 72099, United States
Zip Code: 72099
 
Record
SN02810673-W 20120722/120720235756-a2d39f433dacc1f15419c1af3675bbb3 (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.