Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2015 FBO #4934
SOURCES SOUGHT

Z -- Repair Airfield IMC Pavements, Area D

Notice Date
5/27/2015
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge 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
FA4418-15-R-0029
 
Point of Contact
Brandon K. Kido, Phone: 8439633568, Useba Ford, Phone: 8439635174
 
E-Mail Address
brandon.kido.2@us.af.mil, Useba.Ford@us.af.mil
(brandon.kido.2@us.af.mil, Useba.Ford@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted in accordance with FAR 5.2 and 36.213-2 Project: Repair Airfield IMC Pavements, Area D- Joint Base Charleston, SC Solicitation Number: FA4418-15-R-0029 The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages of potential sources to complete repairs to the Joint Base Charleston Industrial Maintenance Complex (Aircraft Parking and Maintenance Area) - Area D at Joint Base Charleston, North Charleston, South Carolina. This sources sought is for planning purposes only. The work to be performed under project number DKFX 09-1009D, consists of the replacement of existing asphalt and concrete pavements with new asphalt and concrete pavement sections, placement of new pavement markings, improvements to an existing trench drain and incidental work. This project will also repair spalls, cracks and joints in the existing concrete access aprons for Aircraft Hangers, Building 63 and Building 519. Contract type will be Firm-Fixed Price. Capabilities are sought from Small, Service Disabled Veteran Owned Small Business (SDVOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining if this requirement can be set-aside. Dollar magnitude for this contract is between $1,000,000 and $5,000,000. The anticipated performance time is 240 calendar days. The NAICS Code assigned to this acquisition is 237310 - Highway, Street and Bridge Construction with a Size Standard of $36.5M. NOTICE TO OFFEROR(S)/SUPPLIER(S): WHILE FUNDS ARE NOT PRESENTLY AVAILABLE WITHIN THE AIR MOBILITY COMMAND TO FUND THIS PROJECT, WE ANTICIPATE FUNDS WILL BECOME AVAILABLE BY 16 NOV 15. IF CURRENT FISCAL YEAR (FY15) FUNDS BECOME AVAILABLE, CONTRACT AWARDS WILL BE MADE NO LATER THAN 30 SEP 15. IF FY15 FUNDS ARE NOT AVAILABLE, PROJECTS WILL BE FUNDED WITH FY16 FUNDS. WE EXPECT TO HAVE FY 16 FUNDS BY 16 NOV 15. SOLICITATION MAY BE CANCELLED AND ALL OFFERS REJECTED BEFORE AWARD BUT AFTER SOLICITATION CLOSING DATE WHEN CANCELLATION IS CLEARLY IN THE GOVERNMENT'S BEST INTEREST. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status/statuses (SB, SDVOSB or HUBZone). SDVOSB, and HUBZone firms will first be sought by individual group. If a response from two or more qualified firms is received for any of the two categories, this requirement may be set aside. Should an insufficient number of responses be received in the three categories, the requirement may be issued as unrestricted. Interested SB, SDVOSB, and HUBZone concerns should indicate interest to the Contracting Officer, in writing, as early as possible, but no later than 10 June 2015. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. 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 3:00 p.m. EST on 10 June 2015: AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under the applicable NAICS codes (SB, SDVOSB or HUBZone). (b) A positive statement of your intention to bid on this contract as a prime contractor. (c) Evidence of recent (within the last three years) experience in work similar in type and scope to include: 1. Contract numbers 2. Project titles 3. Dollar amounts 4. Contract completion dates 5. Percent and description of work self-performed 6. Customer points of contacts with current telephone numbers. (d) Evidence of bonding capability of a minimum of $5,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested concerns. If adequate interest is not received from SB, SDVOSB or HUBZone concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror. NOTES: (1) The solicitation, SOW and drawings will be available on the website on or about 10 July 2015, at the www.fbo.gov website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this sources sought. (4) A registration page is attached to the FBO website. You are not required to register. However, when you register you will receive notice of any amendments and/or addendums that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with such contractors. Proposals prepared by Debarred, Suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. (6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) 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. Contracting Office Mailing Address: 628 CONS/LGCB ATTN: 1st Lt Brandon Kido 101 E. Hill Blvd. Joint Base Charleston, SC 29404-5021 Original Point of Contact 1st Lt Brandon Kido, Contract Specialist, Phone (843) 963-3568, FAX (843) 963-2829, e-mail: brandon.kido.2@us.af.mil. Alternate point of contact: Mr. Useba Ford, Contracting Officer, Phone (843) 963-5174, Fax (843)963-2829, e-mail: useba.ford@us.af.mil. Place of Performance Joint Base Charleston - Air Base, North Charleston, SC Postal Code: 29404 Country: USA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-15-R-0029/listing.html)
 
Place of Performance
Address: Joint Base Charleston - Air Base, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03744174-W 20150529/150528000134-2693b4c2cc16923778f064d53bcf6309 (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.