SOLICITATION NOTICE
Y -- Unrestricted Procurement-Construction for a Design Bid Build, the Repair/Replace Primary Runway Project at Little Rock AFB, AR
- Notice Date
- 5/12/2014
- Notice Type
- Presolicitation
- Contracting Office
- USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- W9127S-14-R-6001
- Response Due
- 7/8/2014
- Archive Date
- 8/7/2014
- Point of Contact
- Alicia Moore, 501-340-1262
- E-Mail Address
-
USACE District, Little Rock
(alicia.m.moore@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Document Type: Pre-Solicitation Notice Solicitation: W9127S-14-R-6001 Classification Code: Y Set Aside: Unrestricted Procurement Title: Design Bid Build, the Repair/Replace Primary Runway Project at Little Rock AFB, AR. Media: Federal Business Opportunities www.fbo.gov Estimated Construction Range IAW with DFARS 236: $25M -100M NAICS Code: 237310 Federal Service Code (FSC Code): Z2BD SIC Code: 1611 Small Business Size Standard: $33.5M DESCRIPTION: The Scope of Work includes, but is not limited to the construction of the repair by replacement of Runway 07-25. Little Rock AFB (LRAFB) is the largest C-130 training base in the world and is home to approximately 90 C-130 aircraft, including the H and J models. The project will include resizing the runway from 200 foot wide to 150 foot wide, raising runway elevations and modifying surrounding terrain features to minimize the number of waivers and obstructions. The project will replace all associated airfield lighting and visual NAVAIDS to provide Category II approaches on Runway 25 and ILS Category I approaches on Runway 07. To meet current obstruction, grading and drainage and electrical requirements, substantial portions of the five ladder taxiways will be reconstructed. The C-130 Landing Zone (formerly Assault Strip) will receive a 13 inch concrete overlay and profile adjustment. Expected life cycle of new runway is 40 years. This is a Design Bid Build (DBB) construction project. Work shall be performed in accordance with the terms and conditions of any resultant contract. Prior to an offeror receiving an award as a result of any resulting solicitation, the offeror must be registered and have an active, valid registration in the System For Award Management (SAM) database. To obtain information on CCR, Fedreg, ORCA, & EPLS and/or how to register, visit the following web site: https://www.sam.gov IAW FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform: at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty construction-type procurement. The Government will conduct a Pre-Proposal Conference and Site Visit; Specific details are posted in the FAR Clause 52.236-27 Section 00 72 00. The North American Industrial Classification System (NAICS) code applicable to this project is 237310, which corresponds to SIC 1611. The Small Business Size Standard is $33.5 Million. The magnitude of the project is between $25M -100M. This project will be solicited as a one step procurement design-bid-build. The solicitation, plans, and specifications will be made available on or about 06-June 2014. This solicitation and its associated information will be issued via Internet only and will not be made available in hard copy format. Notification of amendments shall be made via FedBizOpps only. It is therefore the contractor's responsibility to check the FedBizOpps address daily (www.fbo.gov) for any posted changes to this solicitation. For security and document size reasons, all technical and engineering data related to this solicitation will be distributed using the AMRDEC SAFE site. AMRDEC SAFE is a web-based dissemination tool designed to safeguard acquisition-related information for some Federal agencies. Access instructions will be provide with the Solicitation. Offerors must be registered and have an active, valid registration in the System for Award Management (SAM) database. To obtain information on CCR, Fedreg, ORCA, & EPLS and/or how to register, visit the following web site: https://www.sam.gov. Offerors are encouraged visit and REGISTER AS INTERESTED VENDOR on http://w ww.fedbizopps.gov/spg/USA/COE/index. You will not be able to download plans and specs from this site; however instructions on how and where to download the specs and drawings from the AMRDEC SAFE site. Offerors must provide a list of individuals and their emails from each company that will require access to the solicitation, plans, specs, and any amendments in order to have access to download from the AMRDEC SAFE site, each individual's email provided will only have access ONCE to download the necessary documents for each action created (i.e. Solicitation release, amendments etc..). The contract specialist for this solicitation will be Alicia Moore, 501-340-1262 Award will be based on a Best Value Decision, Lowest Priced Technically Acceptable (LPTA), IAW FAR 15.101-2. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. Anticipated solicitation for issuance date is on or about [06 June 2014], and the estimated proposal due date will be on or about [08 July 2014]. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities inviting firms to register electronically to receive a copy of the solicitation when and if a solicitation is issued. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Place of Performance: Little Rock AFB, AR Country: USA Contracting Office Address: US Army Corps of Engineers-Little Rock District 700 West Capitol Ave Little Rock, AR 72203 Primary Point of Contact: Alicia Moore, alicia.m.moore@usace.army.mil Secondary Point of Contact: Darrell Montgomery darrell.montgomery@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-14-R-6001/listing.html)
- Place of Performance
- Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Zip Code: 72201
- Record
- SN03363210-W 20140514/140512234039-370c6f0d76224607103f710716a26d3e (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 |