COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8, 2001 PSA #2784
SOLICITATIONS
Z -- REPAIR AIRFIELD
- Notice Date
- February 6, 2001
- Contracting Office
- Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
- ZIP Code
- 20762-6500
- Solicitation Number
- FA4416-01-R0023
- Response Due
- March 27, 2001
- Point of Contact
- Kerry Callahan, Contract Specialist, Phone (301) 981-1902, Fax (301) 981-1912, Email callahank@andrews.af.mil -- Kerry Callahan, Contract Specialist, Phone (301) 981-1902, Fax (301) 981-1912, Email
- E-Mail Address
- Kerry Callahan (callahank@andrews.af.mil)
- Description
- 17. ESTIMATED ISSUE DATE: 27 FEB 2001. ESTIMATED COST RANGE: More than $10,000,000.00. PROJECT: AJXF 00-1541 consists of providing all plant, labor, equipment, and materials and performing all operations necessary to repair airfield pavements on Andrews Air Force Base. Major items of work include, but are not limited to: Repair spalled concrete airfield pavement to include saw cutting, removal of spalled concrete, providing new fortified concrete, and sealing joint and cracks in the repaired areas. Repair existing concrete expansion/contraction joints and cracks by removing old sealant, cleaning the edges of the joint/crack and providing new joint sealant and backer material. Remove and replace existing full slab with severe spalling or multiple cracks. Re-grade and re-compact base course. Replace and seal the joints around the perimeter of the slab. Match existing. The method of demolition shall be contractor responsibility. Provide two seal coats for the existing asphaltic concrete airfield pavements. Provide new airfield pavement markings for runways, taxiways, aprons and the areas receiving seal coating. All striping, which is removed or obliterated, shall be replaced, including areas of slab replacement and spall repair. Remove existing airfield pavement markings by high pressure water blasting. Remove existing 5_ thick asphaltic concrete pavement and 6_ sub base and provide new 6_ crushed stone base, 2-1/2_ thick asphalt base course and 2-1/2_ thick asphalt surface course. Clean all loose materials/debris and fill joints with joint sealer for asphaltic overlay over concrete slab. Grind existing asphaltic concrete surfaces for new overlays and where concrete slab and concrete hand holes exist. Heel in new surface. Raise manholes, valve boxes and inlets within the area to be resurfaced prior to placing of new overlay. Provide new bituminous tack coat and asphaltic concrete overlay for airfield pavements. Thickness shall be 2_ and 3_. Provide topsoil, seed and fertilizer. Lime and mulch turf repair. Remove existing 2_-4_ thick asphalt surface and 8_-10_ thick concrete base and provide clean backfill. Remove and reinstall taxiway and edge lights to accommodate new asphalt overlay. Remove unsuitable base course and/or unsuitable sub-grade material and replace with recycled concrete or crushed stone. Provide new dowels at the center of slab in a construction joint in new and existing slabs. Provide laboratory testing for concrete. Grind existing concrete surfaces prior to new overlay (average depth 2_). Total contract performance period is 1 year (365 calendar days) with 4 option years. The proposed procurement is Unrestricted. The NAICS code is 234110. An award will be made to the offeror who the Government determines can best accomplish the necessary work to satisfy the requirements set forth in the RFP in a manner most advantageous to the Government. The Government reserves the right to award a contract to other than the low offeror. All responsible sources may submit a proposal, which shall be considered by the agency. Offer guarantee required when requested by the Contracting Officer. Copies of the solicitation, blueprints and specifications, can be downloaded from http://www.eps.gov the Electronic Posting System (EPS) and should be available on or after 27 Feb 01. Written or facsimile requests for the solicitation and/or other documents will not be accepted. It is the responsibility of the contractor to download a copy of the solicitation from the web site listed above. When a solicitation is downloaded, please notify Kerry Callahan at CallahanK@andrews.af.mil, so that your company name may be placed on a Bidder_s List. The prospective offerors are responsible for obtaining the solicitation and all amendments off the EPS web page. Technical questions regarding the solicitation must be e-mailed to CallahanK@andrews.af.mil no later than ten (10) days prior to closing to ensure proper and timely responses. Please ensure that your firm is registered with the Central Contractor Registration (CCR). The web site is www.ccr2000.com. If your firm is not registered, you will not be able to download the solicitation. This notice does not obligate the Government to award a contract, it does not restrict the Government in its ultimate acquisition approach, nor does it obligate the Government to pay for any proposal preparation costs.
- Web Link
- Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=FA4416-01-R0023&L=250)
- Record
- Loren Data Corp. 20010208/ZSOL013.HTM (D-037 SN50C8M1)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on February 6, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|