Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 19, 2018 FBO #6235
SOURCES SOUGHT

Z -- Air Field Paving Design-Bid-Build (DBB) Construction Multiple Award Task Order Contract (MATOC)

Notice Date
12/17/2018
 
Notice Type
Synopsis
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Attn: CENWO- CT 1616 Capitol Ave Omaha NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-19-S-M007
 
Response Due
1/4/2019
 
Point of Contact
MAJ Adam Stover, Contract Specialist, - Douglas E. Hadley, Contracting Officer
 
E-Mail Address
adam.stover@usace.army.mil, doug.e.hadley@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Purpose: By the way of this Market Survey/Sources Sought Notice, the USACE-Omaha District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for upcoming procurements; therefore, this Notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of a RFP/IFB; nor does it commit the government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice. Intent: The U.S. Army Corps of Engineers (USACE), Omaha District (NWO) intends to pursue award of an Air Field Paving Construction, Design-Bid-Build Multiple Award Task Order Contract (MATOC) at various Air Force and Army locations and facilities for the Northwestern Division (NWD) Area of Operations (AOR), Omaha District customers, and potential contract sharing with other USACE Districts within Northwestern Division to meet the needs of their customers. The NWD Military AOR includes all or portions of Washington, Oregon, Idaho, Montana, Wyoming, Colorado, North Dakota, South Dakota, Nebraska, Kansas, Minnesota, Iowa, Missouri, and Wisconsin. The government's intent is to select competent contractors that can reliably provide high-quality airfield pavement projects meeting stringent Department of Defense (DoD) requirements as specified in the Unified Facilities Guide Specifications (UFGS). Work anticipated under this MATOC primarily includes, but is not limited to, construction and/or full depth repair of both concrete and asphalt airfield pavements. Work may include related/ancillary systems such as minor pavement repairs, airfield lighting systems, NAVAIDs, storm water systems, aircraft arresting systems, and other utility systems located within the airfield environment. Work will conform to Department of Defense (DoD) requirements via task order specific versions of the Unified Facilities Guide Specifications (UFGS). Work will occur on an active airfield environment, such as runways, taxiways, and aprons, requiring phasing and working around active aircraft operations. Contractors should anticipate projects unique to the various requirements of the airfield's repairs, removals, installations, upgrades, inspections, and testing. Project may also include incidental demolition, hazardous and toxic waste remediation and disposal services per requirements set forth at the task order level. In accordance with FAR 36.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $10,000,000.00 and $100,000,000.00, with an anticipated average task order amount of $25,000.000.00. The North American Industry Classification System code for this procurement is 237310 - Airport Runway Construction, which has a small business size standard of $36,500,000.00. Small businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees or a first-tier subcontractor that is a similarly situated entity for general construction-type procurement. Prior Government contract work is not required for submitting a response to this sources sought synopsis. Contractors should anticipate projects unique to the various requirements of the airfield's repairs, removals, installations, upgrades, inspections, and testing. Project may also include incidental demolition, hazardous and toxic waste remediation and disposal services per requirements set forth at the task order level. Please complete the attached form (SEE ATTACHMENT) and return to the individuals below by 4-Jan-2019. Doug.E.Hadley@usace.army.mil Adam.Stover@usace.army.mil Michael.J.Martin@usace.army.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-19-S-M007/listing.html)
 
Place of Performance
Address: Various Air Force and Army locations and facilities for the Northwestern Division (NWD) Area of Operations (AOR), Omaha District customers, and potential contract sharing with other USACE Districts within Northwestern Division to meet the needs of their customers. The NWD Military AOR includes all or portions of Washington, Oregon, Idaho, Montana, Wyoming, Colorado, North Dakota, South Dakota, Nebraska, Kansas, Minnesota, Iowa, Missouri, and Wisconsin.
Country: US
 
Record
SN05176186-F 20181219/181217230015 (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.