SOLICITATION NOTICE
38 -- Paving Indefinite Delivery/Indefinite Quantity (IDIQ), Randolph AFB, TX - RFP Documents
- Notice Date
- 8/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
- ZIP Code
- 78150-4525
- Solicitation Number
- FA3089-12-R-0001
- Archive Date
- 9/20/2012
- Point of Contact
- Radames Gandia, Phone: 210-652-9104, Frank Melchione, Phone: 210-652-5169
- E-Mail Address
-
radames.gandia@US.af.mil, Frnak.Melchione@Us.af.mil
(radames.gandia@US.af.mil, Frnak.Melchione@Us.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Specifications RFP with associated documentation This serves as the Request for Proposal for the Randolph AFB, TX paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a performance period of four (4) years. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) source selection procedures. Task orders will be written against the IDIQ contract and will be effective from the date of award until either the maximum project ceiling amount of $6,500,000.00 has been expended or four (4) years from the date of contract award has been exceeded, unless sooner terminated under the terms of this contract. The Contractor shall furnish all supervision, personnel, equipment, tools, material, transportation and incidentals necessary to support Paving requirements. The acquisition is for a broad range of projects to provide repair, maintenance, and/or minor construction of Asphalt or Portland Cement Concrete (PCC) for roads, parking lots, runways, airfields, taxiways and shoulders (including all associated site work and appurtenances such as curbs, gutters and sidewalks) at Joint Base San Antonio (JBSA) - Randolph AFB, Seguin Auxiliary Air Field, Canyon Lake Recreation Area and may be decentralized for use by other JBSA installations. Contractor shall perform the work in accordance with the Statement of Work, Attachment 1 and the Specifications, Attachment 2 to Section J, and the scope of work specified in individual Delivery Orders issued against this contract. A guaranteed minimum under this contract is $2,000.00, which will be obligated on the first Delivery Order. Bonds are required on all delivery orders that exceed $30,000. The applicable NAICS for this acquisition is 237310 with a small business size standard of $33.5 Million. The estimated magnitude of this project is between $5,000,000.00 and $10,000,000.00. The Davis-Bacon Act applies to this requirement. All prospective offerors must be registered with US Federal Contractor Registration, https://www.uscontractorregistration.com/ must have DUNS number, and a TAX ID number in order to be eligible for an award. Online Representations and Certifications Application (ORCA) now can also be completed on the aforementioned website. Points of contact (POCs) for this requirement are Ray Gandia, Contract Specialist, Radames.Gandia@US.AF.MIL and Mr. Frank Melchione, Contracting Officer, Frank.Melchione@US.AF.MIL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/FA3089-12-R-0001/listing.html)
- Place of Performance
- Address: As referenced in Description., San Antonio, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN02829468-W 20120809/120808000026-0db891e62e564a86a54a9c3145c68c5c (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 |