SOURCES SOUGHT
Z -- Construction F-35 Airfield Pavements, Nellis AFB, Clark County, Nevada. (DBB).
- Notice Date
- 6/17/2016
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
- ZIP Code
- 90017-3401
- Solicitation Number
- W912PL-16-S-0021
- Point of Contact
- Sandra Oquita, Phone: 213 452-3249
- E-Mail Address
-
sandra.oquita@usace.army.mil
(sandra.oquita@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice to conduct Market Research for Construction F-35 Airfield Pavements, Nellis AFB, Clark County, Nevada. (DBB). The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the community of general contractors. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. No proposals are being requested or accepted with this notice THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. Description of Work: The U.S. Army Corps of Engineers - Los Angeles District has been tasked to solicit and award a contract to Construct airfield pavements using 86,100 SM of 15 to 18-inches (medium load design) 700 PSI flex-strength Portland Cement Concrete for aircraft parking ramp; includes 66,100 SM of asphalt shoulders, base and sub-base, drainage systems, apron lighting, edge lighting, pavement marking, earthwork and grading, utilities, pre-formed compression joint seals, aircraft tie-downs and grounding points, replace satellite fire station parking lot, AGE yard, road relocation, spall repair, concrete apron and joint seal replacement, and all other work as necessary. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-101-01. The location of this work is on Nellis AFB, Clark County, Nevada. The estimated magnitude of construction is $25,000,000 to $100,000,000. Estimated duration of project is 420 Calendar Days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237310. Small Business Size Standard for this acquisition is $36.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis. All technical evaluation factors and sub-factors have not been assigned at this time. Past Performance and Small Business Subcontracting Plans will be evaluated. If your company is interested in this project, please reply to the following questions, responses shall be limited to 5 pages. (1) Offerors name, address, point of contact, phone number, and email address. (2) Offerors interest in bidding on the solicitation when issued. (3) Offerors capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute the construction, comparable work performed within the past 8 years, and brief description of the project, customer satisfaction, and dollar value of project) provide at least 3 examples. Project examples must be in the $20,000,000.00 range or greater. (4) Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned Business, 8(a)). (5) Offerors Joint Venture information, if applicable, existing and potential. (6) Offerors bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). (7) Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Interested offerors shall respond to the Sources Sought Notice no later than 2:00 PM (local time),19 July 2016. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Please submit your response to: USACE-Los Angeles District, ATTN: Contracting Division-East Region Branch, C/O Sandra Oquita, 915 Wilshire Blvd, Suite 1040, Los Angeles, CA 90017. Email responses will not be considered nor accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-16-S-0021/listing.html)
- Place of Performance
- Address: USACE-Los Angeles District, ATTN: Contracting Division-East Region Branch, C/O Sandra Oquita, 915 Wilshire Blvd, Suite 1040, Los Angeles, CA 90017., Los Angeles, California, 90017, United States
- Zip Code: 90017
- Zip Code: 90017
- Record
- SN04153989-W 20160619/160617234538-9094d030ccb682d0e554ce89edb2df29 (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 |