Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2021 SAM #7104
SOURCES SOUGHT

Z -- ""On-Call"" Repair and Maintain Pavements and Grounds IDIQ

Notice Date
5/12/2021 6:06:37 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
ZHTV212717
 
Response Due
6/11/2021 2:00:00 PM
 
Archive Date
06/12/2021
 
Point of Contact
William P Stott, Phone: (937) 522-4564, Fax: (937) 257-2825, Matthew C Stinson, Phone: (937) 522-4551, Fax: (937) 257-2825
 
E-Mail Address
william.stott@us.af.mil, matthew.stinson.8@us.af.mil
(william.stott@us.af.mil, matthew.stinson.8@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The United States Air Force, AFLCMC/Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources from 8a certified contractors for planning purposes only. The scope of this project involves furnishing all labor, equipment, appliances, devices and materials, and performing all operations necessary in connection with ZHTV212717, ""On-Call"" Repair and Maintain Base-wide Pavements and grounds including removals and miscellaneous work as specified and as shown, indicated, or noted on the drawings. The site of the work is in Area A, in Area B, and at the National Museum of the US Air Force, on Wright-Patterson Air Force Base, Ohio. Please note that responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government�s discretion. SPECIAL REQUIREMENTS/CONCERNS: The work will consist of several tasks in road construction such as: excavation, preparation and stabilization of sub-grade soils including the use of geosynthetic reinforcement prior to placement; providing riprap, geotextiles, box culvert, aluminum and high-density polyethylene (HDPE) storm drains to prevent erosion; stabilization of slopes with geotextiles, drilled piers, tiebacks, timber lagging, jet grouting, and providing sub-drain systems. The work effort will also include concrete sidewalks, curbs and gutters. Asphalt paving work will include ODOT aggregates, pavement markers, striping, pavement fabric, patching and sealing of cracks in existing pavements on various roads, sites, elevations and sections, and any incidental work related to pavement repair. The road work may include a broad range of construction tasks that integrate multiple construction disciplines like mechanical, electrical, plumbing, and other specialty trades in addition to providing cementitious and asphalt pavement repairs, replacement, and new construction. The anticipated period of performance is five (5) one year ordering periods, with a possible 6 month extension. The estimated magnitude is between $20,000,000 and $42,000,000. The NAICS Code assigned to this acquisition is 237310 (Highway, Street, and Bridge Construction), with a Size Standard of $36.5M. Firms responding should indicate their size in relation to this size standard, and indicate 8a socio-economic status. All prospective Contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Please provide rationale as to how compliance with these limitations would be achieved. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Please be advised that the rules governing affiliation and ostensible subcontracting apply when determining size under Limitations of Subcontracting, as does the Non Manufacturer Rule. All interested Prime Contractors who intend to submit a bid for this solicitation are highly encouraged to submit a capability package to the Primary Point of Contact listed below, by�5 P.M. ET on�11�June 2021: Please include the following in your Capability Package: (1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor, including Name and Address; (2) Your DUNS Number and/or CAGE Code; (3) 8(a) certification (4) List of capabilities and/or experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact with their phone numbers, and an explanation of the relevancy of the project (limit to 5 single-sided pages); (5) Documentation from surety or their agent of your capability to be bonded for bid, performance and payment bonds for this project; (6) If any subcontracts are to be used, respondents shall provide the anticipated percentage of effort to be subcontracted and whether small or other than small businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated; (7) If you are considering a joint venture that has not been formalized, specify the firm(s) you intend to partner with and how you plan to officially form the joint venture. E-mail responses will be accepted. E-mail to william.stott@us.af.mil and matthew.stinson.8@us.af.mil. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. Responses shall be limited to 10 pages; certifications do not count toward the 10 page limit. Be advised that all correspondence sent via e-mail shall contain a subject line that reads, ""PROJECT ZHTV212717"". If sending attachments by e-mail, ensure only .pdf, .doc, or .xls documents are sent. The e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents. Therefore, if this subject line is not included, or if a .zip or .exe file is attached, it may be deleted by the e-mail filters.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8bac49bb3abf4c9db518de3ae53bfa3a/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06000246-F 20210514/210512230117 (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.