Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2019 FBO #6286
SOURCES SOUGHT

Z -- B 750 Repair Concrete Apron

Notice Date
2/6/2019
 
Notice Type
Synopsis
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Attn: CELRL-CT PO Box 59 Louisville KY 40201-0059
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-19-PAFBRepairApron
 
Response Due
2/18/2019
 
Point of Contact
Joshua A. Gitchel, Cantracting Specialist, Phone 5023156196
 
E-Mail Address
joshua.gitchel@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Description: A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is a design, bid, build requirement. Project will consist of repair and replace up to 63,000 SY of concrete apron around hangar 750 and 751 at atrick AFB on time and within budget. Scope of project includes full depth replacement of concrete apron and replacement of existing storm water drainage Estimated Advertisement Date: 13 June 2019 Estimated Award Date: 30 September 2019 Contract duration is estimated at 365 calendar days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS Code is 237310. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Small Business contractors should respond to this survey by email on 18 February 2019 at 10:00 AM Eastern. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Interested construction firms must provide no more than three (3) example projects with greater than 95 percent completion or projects completed in the past five (5) years in which the interested firm served as the prime contractor. Example projects must be of similar size and scope. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. a. Projects similar in scope to this project include: The scope of services for similar projects will include project management and physical pavement of portland cement concrete aprons and airfields located on military installations. b. Projects similar in size to this project include: 48,000+ square yards c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Joshua.Gitchel@usace.army.mil. If you have questions please contact Josh Gitchel at Joshua.Gitchel@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-FEB-2019); 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/DACA27/W912QR-19-PAFBRepairApron/listing.html)
 
Place of Performance
Address: Patrick AFB, FL
Zip Code: 32925
Country: US
 
Record
SN05214101-F 20190208/190206230026 (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.