Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 13, 2024 SAM #8356
SOURCES SOUGHT

99 -- Little Rock AFB Airfield Pavements/Civil Works IDIQ

Notice Date
10/11/2024 8:12:37 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FA4460 19 CONS PKA LITTLE ROCK AFB AR 72099-4971 USA
 
ZIP Code
72099-4971
 
Solicitation Number
LRAFB_Airfield_Civil_IDIQ_Sources_Sought
 
Response Due
10/28/2024 11:00:00 AM
 
Archive Date
11/12/2024
 
Point of Contact
Jennifer Bradford, Phone: 5019874198, Kali Finke, Phone: 5019873379
 
E-Mail Address
jennifer.bradford.2@us.af.mil, kali.finke.2@us.af.mil
(jennifer.bradford.2@us.af.mil, kali.finke.2@us.af.mil)
 
Description
This is a sources sought synopsis for Little Rock AFB Airfield Pavements / Civil Works IDIQ. Please note that this Sources Sought does not in any way obligate the Government to award a subsequent Contract. This Sources Sought is for market research and planning purposes to determine if responsible sources exist and to assist in determining if this effort can be competitive. Experience required is as follows: - The contractor and/or subcontractor shall have a minimum of 5 years� experience with airfield maintenance/repair and successfully completing work types listed below on an active airfield. - The contractor and/or subcontractor shall have a minimum of 5 years� experience in the use of chemical detergent, Avion 50 (Chemteck Incorporated), or equal for rubber removal from airfield pavements. - The contractor and/or subcontractor shall have a minimum of 5 years� experience in the use of ultra-high pressure, low volume water blasting equipment for paint removal from airfield pavements. - The contractor and/or subcontractor shall have a minimum of 5 years� experience in new and existing layout, preparation, and painting of airfields and roadways. The principal features of the work for AIRFIELD PAVEMENTS shall consist of but are not limited to the following: Temporary and permanent airfield markings. Install erosion control measures. Seal joints. Spall repair. Bitumen rejuvenation. Random crack repair. Rubber Removal Friction Testing Remove and disposal of concrete pavements. Remove, crush, and stockpile concrete pavements. Asphalt cold milling and disposal of milled material. Asphalt cold milling and stockpile milled material Placing, grading, and compacting government provided crushed concrete and asphalt millings. Construction of new concrete pavements. Groove the runway surface. Install new tie-downs in new or existing pavement. Placing hot mix asphalt. Install subdrains. Grading airfield areas to meet airfield criteria Hydroseed and or sod disturbed areas. Providing temporary airfield lighting during construction. The principal features of the work for CIVIL WORKS shall consist of but are not limited to the following: Geographic Information Survey (GIS) and As-Built Drawings Storm Water Pollution Prevention Plan (SWPPP) Implementation to Little Rock AFB and Arkansas Department of Environmental Quality (ADEQ) Standards Demolition of Concrete, Asphalt and Various Structures Concrete Work Architectural Barriers Act (ABA) and the Americans with Disabilities Act (ADA) Ramps, Handrails, and Site Work Site Work: Excavation to Grade, Grading, Compacting, Various Materials, Clearing & Grubbing, Selective Tree Cutting, and Demolition. Landscape Establishment: Topsoil, Trees, Sodding, Seeding. Concrete Joint Sealant Asphalt Maintenance: Crack Sealant, Rejuvenation, Slurry Seal Bollard Installation- Various Types Including Lighted Valve, Meter, Hydrants Adjustments Arkansas Highway and Transportation Department (AHTD) �Standards Roadway Construction Asphalt Construction Asphalt Cold Milling Roadway Maintenance of Traffic and Traffic Control Devices LRAFB, AHTD, and Federal Highway Administration (FHWA) Pavement Markings and Signage Culvert Installation, Modifications, and Safety End Sections Drop Inlet, Curb Inlet, Junction Box Repair, Adjustments, Installation and Modifications Underdrain Installation Concrete Steps and Sidewalks Brick Work Traffic Detection Loop Installation and Repair Anti-Terrorism Force Protection (ATFP) Walls and Cables Exterior Electrical Lighting Services, and Feeders Fence Repair, Demolition, and New Installation Water and Gas Utility Line Adjustments PERFORMANCE LOCATION: Little Rock AFB, AR and remote locations Blackjack Drop Zone near Romance, AR; All American Landing Zone Camp Robinson, AR; and Communication Site near Cabot, AR. PERIOD OF PERFORMANCE (POP): The period of performance is expected to be either: One (1) twelve (12) month base contract period with five (5) twelve (12) month option periods or Two (2) twelve (12) month base contract period with four (4) twelve (12) month option periods, and A possible six (6) month extension of services provided. NAICS CODES: The Civil Works will be within the following North American Industry Classification System (NAICS) code sectors and subsectors: SECTOR/SUBSECTOR SIZE STANDARD Sector 23 � Construction Subsector 237 � Heavy and Civil Engineering Construction $39.5M 237310 � Highway, Street, and Bridge Construction $39.5M This is a sources sought synopsis only and not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Contractors are highly encouraged to submit a package containing the information below to the Government as a result of this Sources Sought Notice. Responses will not be returned. No entitlement to payment of any costs to the Government will arise as a result of contractor submission of responses or the Government�s use of such information. Information requested is for sources that have the capability and financial means to handle an Indefinite-Delivery Indefinite-Quantity for Airfield Pavements/Civil Works that allows Civil Engineering to have projects accomplished at an accelerated pace without competition utilizing a pre-priced contract with line items. Information requested outlined in the below paragraphs is to be emailed to Ms. Jennifer Bradford at jennifer.bradford.2@us.af.mil, Ms. Kali Finke at kali.finke.2@us.af.mil, Ms. Rachel Italiano at rachel.italiano.1@us.af.mil, and Mr. Arthur Brown at arthur.brown.17@us.af.mil, no later than 30 October 2024, 1:00 p.m. CST. In accordance with FAR 52.204-7 � System for Award Management, contractors must be registered in the System for Award Management (SAM) database via https://sam.gov. Prime contractors must be US-owned entities who intend to submit a package for this Sources Sought. 1. Company Information: Name Business Address Point of Contact Telephone Number E-mail Address UEI number / CAGE Code number Business Size in Relation to the NAICS code size standard assigned to this acquisition Number of Employees Number of Years in Business, etc. A positive statement of your intention to submit a proposal for this solicitation as a prime contractor. 2. Socio-economic Status (e.g., Small business, HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB)), and any associated documents of such status, certification or approvals. 3. Prime Contractors shall be capable of securing bonding up to the amount of the task order (Payment, Performance, etc�). Provide your bonding capacity per contract and aggregate. 4. Provide a Point of Contact to assist in market research to determine solicitation set-aside, if any. 5. Demonstrate your ability to execute multiple Task Orders concurrently 6. Demonstrate in-house Architect and Engineering (Up to 100%) design capability or ready access to design capability for projects. 7. Summarize projects that show your capabilities and past performance. The list of relevant projects may include names of project team members and firm, point of contact (Contracting Officer and Quality Assurance Evaluator/Inspector) with titles, phone numbers, project scope, type of contract, and percentage of work completed as the prime contractor. All of the above must be submitted in sufficient detail for a decision to be made on the availability of small business concerns.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ca4a1d4950b644b3a5c9de52285c69cd/view)
 
Place of Performance
Address: Little Rock AFB, AR 72099, USA
Zip Code: 72099
Country: USA
 
Record
SN07239507-F 20241013/241011230102 (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.