Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2020 SAM #6638
SOURCES SOUGHT

R -- Taxiway W-6 Constructability Review, Joint Base Andrews

Notice Date
1/30/2020 2:17:49 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374 USA
 
ZIP Code
20374
 
Solicitation Number
N4008020R4658
 
Response Due
2/5/2020 9:00:00 AM
 
Archive Date
02/20/2020
 
Point of Contact
Teshima Mason, Phone: 202-685-3155, Lindsay M. Brown, Phone: 2026853192
 
E-Mail Address
Teshima.mason@navy.mil, lindsay.naill@navy.mil
(Teshima.mason@navy.mil, lindsay.naill@navy.mil)
 
Description
Constructability Review For 2nd Taxiway (W-6) Access Hangar 20, Joint Base Andrews-Naval Air Facility Washington, MD � This is a Sources Sought Notice and is for informational/market research purposes only.� This is not a solicitation announcement for proposal and no contract will be awarded from this announcement.� No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up in formation request.� � The Naval Facilities Engineering Command, Washington, DC requests capability statements from all qualified and interested parties for a potential single contract for constructability Review & Back-Checks for 2nd Taxiway (W-6) Hangar 20 at Joint Base Andrews-Naval Air Facility Washington, Maryland. Project Description: The scope of these services is to provide constructability review of the 50% and Pre-final (100%) Design Submissions including but not limited to drawings, specifications, construction schedule and attachments for Taxiway W-6 at Joint Base Andrew, Maryland. �Taxiway W-6 consists of constructing a taxiway (approximately 1,100LF) utilizing economical design and construction methods to accommodate the critical mission of the hangar serviced by this taxiway. Construction includes demolition of existing Compass Rose pavement, construction of storm water management facilities, taxiway lighting, site preparation, full depth concrete pavement with asphalt shoulders, and all other supports necessary to make a complete and usable taxiway. Project shall be constructed to meet DoD, Air Force, and base design standards. The performance is expected to occur between Winter 2020 through Fall 2020. Under the authority of FAR Sub part 6.302-1, the Naval Facilities Engineering Command (NAVFAC) Washington intends to award, on a sole source basis, a contract to Clark Construction Group. �Clark Construction Group is identified for the following reason: Clark Construction Group was awarded construction contract N40080-19-C-0008, Hangar 21, on 17 December 2018. �Hangar 21 is a secure site, and is adjacent to the future Taxiway W-6 at the south end of the airfield.� As the General Contractor onsite and performing very similar work, Clark has comprehensive knowledge of the existing site and can provide construction expertise during the design of a design-bid-build (DBB) plans and specifications.� This constructability review will enhance the quality of design, reduce the design challenges in execution, and assist in maintaining the compact construction schedule needed for work in the vicinity of Hangar 20.� If you intend to submit a capability statement you must specifically address how your firm will be able to successfully perform the required services.� Your firm�s submission must adequately demonstrate all of the following elements: Construction experience working on an active airfield at Joint Base Andrews Construction experience getting a TACW approval on Joint Base Andrews Construction experience working with MDE Stormwater and Erosion control Construction experience building a taxiway on an active airfield � Responses must be submitted in writing, by e-mail to Teshima Mason, at teshima.mason@navy.mil and Lindsay Brown, at Lindsay.naill@navy.mil no later than 12:00PM ET on�5 February 2020.� All submissions must include the company�s name, address, phone number, point of contact, System for Award Management (SAM) Cage Code, and DUNS.� Company must be registered in SAM.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2ff2b13b8e4f4f1b8ac0d0d750ce3fa1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05548542-F 20200201/200130230209 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.