Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2018 FBO #6158
SOLICITATION NOTICE

Y -- Repair Taxiway D & B2 and Short Runway at WPAFB, OH

Notice Date
10/1/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR19R0004
 
Archive Date
12/31/2018
 
Point of Contact
April C. Judd,
 
E-Mail Address
april.c.judd@usace.army.mil
(april.c.judd@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The project consists of full depth replacement of Taxiway D and B2 as well as overlay of the short runways, details on each project below: Taxiway D & B2: Repair by replacement Taxiway D sections T11C and T28C between Taxiway B and Runway 05R- 23L, and Taxiway B1 sections T12C and T29C between Taxiway B and the East Ramp. Work includes excavation, subgrade and sub base work, full-depth concrete replacement, and increasing the width of the taxiways from 50' to 75'. Repair the underdrain system running parallel to the taxiways, and re-connect the underdrains to the storm sewer system; follow guidance provided by Federal Aviation Administration (FAA) Advisory Circular (AC) 150/5320-5 Appendix G and 150/5320-6, Chapter 3.8. Replace and relocate existing airfield lighting, edge lighting, and illuminated guide and designation signs. Protect and relocate (if necessary) all existing utilities including (but not limited to) water, sewer, and communications lines in the areas of the pavement work. Restore disturbed areas. Short Runway: Repair Runway 05R/23L. Mill existing hot mix asphalt (HMA) from runway to a standard depth of 2" - 3". Overlay entire runway with HMA, matching existing thickness and elevations (thickness varies, see cross sections). Repair haul road from batch plant. Contract duration is estimated at 730 days. A pre-proposal site visit may be held. Meeting and site visit details will be provided in the solicitation. CONSTRUCTION MAGNITUDE: The Estimated Price Range is between $10,000,000 and $25,000,000, in accordance with DFARS 236.204. The target ceiling for this contract (based on available funds) is approximately $14,250,000. Offerors are under no obligation to approach this ceiling. SELECTION PROCESS: This is single phase, design-bid-build, procurement, being issued in two (2) staggers*, following the Tradeoff (Best Value) approach. The technical information contained in the proposals will be reviewed, evaluated, and rated by the Government. *The intent of the stagger 1 solicitation will be to provide offerors with the plans and specifications to this point. The completed plans and specifications will be released as part of the stagger 2 solicitation/amendment. Please note that any bidder inquiries related to the technical details of the solicitation during the stagger 1 phase will not be addressed until after the stagger 2 solicitation/amendment is released. Proposals, at a minimum, will consist of the following: Relevant Experience and Past Performance of the Prime Contractor; Technical (Technical Approach and Organizational Chart); Price; and Pro Forma Information. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. NAICS: The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. Size Limitation is $36.5M. TYPE OF SET-ASIDE: This competitive procurement is Unrestricted. The resulting award will be for one (1) Firm-Fixed-Price (FFP) contract. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation (stagger 1) on or about 16 October 2018. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is April Judd at april.c.judd@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR19R0004/listing.html)
 
Record
SN05111840-W 20181003/181001230711-6ea9927a05317406a4ebfc60d793b306 (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.