MODIFICATION
Z -- XTLF 19-1008 Repair Basketball Court F 748
- Notice Date
- 7/17/2018
- Notice Type
- Modification/Amendment
- NAICS
- 238110
— Poured Concrete Foundation and Structure Contractors
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Vance Air Force Base Contracting, 246 Brown Parkway, Vance AFB, Oklahoma, 73705-5036
- ZIP Code
- 73705-5036
- Solicitation Number
- IFB220B
- Point of Contact
- Teddy T. Thomas, Phone: 580-213-7174, Willard Vinson, Phone: 580 213-5120
- E-Mail Address
-
teddy.thomas.ctr@us.af.mil, willard.vinson.crt@us.af.mil
(teddy.thomas.ctr@us.af.mil, willard.vinson.crt@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Work of Project is defined by the Contract Documents and consists of the following: This project consists of furnishing all labor, materials, and equipment necessary to repair the surface of Facility 748. This is a multi-use recreational facility located southeast of Brown Parkway Drive and east of Gott Road; in an area that contains playground equipment, pedestrian trails, picnic areas and pavilions, and other recreational facilities. Contractor shall provide the following: Remove debris, dirt, grass and old sealant material from concrete slab in preparation for routing and sealing cracks. Repair any spalls created during slab preparation. Repair unleveled areas on the slab, as requested by the Engineer and Construction Manager to achieve a level surface and eliminate trip hazards. Route and seal existing cracks and joint. Game markings: Pickle ball markings - Paint 2" yellow lines on slab as shown on drawing. Basketball markings - Paint 2" white lines on slab, as shown on drawing. Construct a 12"x12" P.C. concrete pad, as located on plans, to provide for a removable pickle ball game post and netting system (by others). Diameter and depth of opening to place post shall be per game manufacturer's recommendation. In addition, a removable metal plate with handle shall be provided to cover the game post opening on the pad when the facility is not in use. Contractor shall provide proposed detail to the Construction Inspector for review and approval by the Engineer. Clear and grub area adjacent to the facility, as necessary for project completion. Grade areas adjacent to the slab surface, and as directed by the Engineer and Construction Manager, to provide for slab drainage and proper grading. Sod disturbed areas as directed by the Engineer and Construction Manager. Contractor shall restore all disturbed areas to their original condition, in accordance with Section 01 00 00 General Provisions. Notice to Offeror (s)/Supplier (s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any cost. Qualifications: The lowest responsible bidder is the contractor whose bid was in substantial conformity to the Specifications and Plans and who have satisfactory previous experience in the types of work contained in this solicitation and have a successful track record performing the types of work contained in the project? The dollar amount is only one factor in determining the lowest responsible bidder. Award: The contract cannot be awarded until the USG has received approval of form 1391 from Higher Headquarters and Government concurrence receipt. Upon receipt of concurrence from the Government the Contracting Officer will execute the contract to the lowest responsible bidder. In the absence of funding no contract will result. Should funds be provided, to be considered for award of this project a contractor must be aware at Vance AFB also has strict Base access regulations and commercial inspections are mandatory with each entry to the facility. The acceptance period for this action will be 90 days and contractors should consider this impact to their bonding limits prior to bidding the solicitation. There shall be no legal liability on the part of the Government or ASRC should funding not be provided. Bid Evaluation: ASRC Federal must consider a bidder's experience, reputation for satisfactory work, reference checks, financial, technical competence, and Duns & Bradstreet evaluation, and Past Performances.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/CVC/IFB220B/listing.html)
- Place of Performance
- Address: VAFB, 3 miles South, Enid, Oklahoma, 73703, United States
- Zip Code: 73703
- Zip Code: 73703
- Record
- SN04995330-W 20180719/180717231203-6936d6550a6df26b56cf9174a6bc2fa5 (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 |