SOURCES SOUGHT
Z -- Maintain Aircraft Parking Aprons ROWS H-I
- Notice Date
- 3/2/2015
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- Project-ZHTV150006
- Point of Contact
- DeShawn A. Miller, Phone: 937-522-4578, Kevin D Parks, Phone: 937-522-4545
- E-Mail Address
-
deshawn.miller@us.af.mil, kevin.parks.1@us.af.mil
(deshawn.miller@us.af.mil, kevin.parks.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force, AFLCMC/Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including Small Business (SB), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small business concerns. This sources sought is for planning purposes only. The scope of this project is to rout, clean and seal concrete joints on the East Ramp, H Row and I Row. There are approximately 130,000 feet of joints. The existing joint sealant is old, cracked and missing. These conditions allow water to penetrate, causing the joints to freeze and thaw during cold weather. This cycle can cause the concrete to spall and create aircraft damaging Foreign Object Debris (FOD). Any existing joint material needs to be routed out. The joints shall then be cleaned and re-sealed with silicone sealant. SPECIAL REQUIREMENTS/CONCERNS: The location for this project is on an active airfield. The Contractor should have experience working on an airfield and dealing with airfield pavements. The location of this project requires the Contractor to adhere to a strict, well-coordinated schedule. The anticipated period of performance is 90 days and the estimated magnitude is between $500,000 and $1,000,000. The NAICS Code assigned to this acquisition is 237310 (Highway, Street, and Bridge Construction), with a Size Standard of $36.5M. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, SDVO, or HUBZone). All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must comply with the Limitations on Subcontracting, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14(c)(3). All interested Prime contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by 10:00 A.M. Eastern Time on 18 March 2015: Please include the following in your Capability Package: (1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor, including Name and Address; (2) Your DUNS Number and/or CAGE Code; (3) Date of HUBZone certification, if applicable; (4) Documentation of SDVOSB status, if applicable; (5) List of capabilities and/or experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact with their phone numbers, and an explanation of the relevancy of the project (limit to 5 single-sided pages); (6) Documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project; (7) If any subcontracts are to be used, respondents shall provide the anticipated percentage of effort to be subcontracted and whether small or other than small businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated; (8) If you are considering a joint venture that has not been formalized, specify the firm(s) you intend to partner with and how you plan to officially form the joint venture. Fax or e-mail responses will be accepted. E-mail to deshawn.miller@us.af.mil or fax 937-257-2825. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. Responses shall be limited to 5 pages. Be advised that all correspondence sent via e-mail shall contain a subject line that reads, "PROJECT ZHTV150006". If sending attachments by e-mail, ensure only.pdf,.doc, or.xls documents are sent. The e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents. Therefore, if this subject line is not included, or if a.zip or.exe file is attached, it may be deleted by the e-mail filters.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/Project-ZHTV150006/listing.html)
- Place of Performance
- Address: Wright Patterson Air Force Base Airfield, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03656410-W 20150304/150302235124-1b5b1620bea9127e7543f77c380673e4 (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 |