COMMERCE BUSINESS DAILY ISSUE OF JUNE 14, 2001 PSA #2872
SOLICITATIONS
Y -- REPAIR RUNWAY PAVEMENTS AND LIGHTING, MACDILL AFB, FL (HILLSBOROUGH COUNTY)
- Notice Date
- June 12, 2001
- Contracting Office
- U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT (109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- DACA01-01-R-0026
- Response Due
- August 1, 2001
- Point of Contact
- Contact Karen Johnson, (334) 690-2535; Contracting Officer, Edward M. Slana
- E-Mail Address
- cesam.plansroom@sam.usace.army.mil (cesam.plansroom@sam.usace.army.mil )
- Description
- The demolition of the edges of the runway and overruns to narrow the runway from 500 feet wide to 250 feet wide. The runway shall be over-layed and grooved. The concrete slabs in the touchdown zones shall be demolished and replaced with longer zones. Taxiway "B" shall be demolished. The runway shall be remarked. Provide a concrete encased conduit/duct system from the runway back to airfield lighting vault, building 58. Replace runway edge lighting, taxiway edge lights, and existing approach lighting. Relocate existing guidance and hold signs to new runway width. Replace existing concrete approach pier piles. Replace existing airfield controls. The North American Industry Classification System (NAICS) code for this project is 234110. Bid documents are available on or about 2 July 2001. Estimated cost of work is between $10,000,000 and $25,000,000. Unrestricted. All responsible sources may submit an offer, which shall be considered. Bidders, subcontractors and Dodge Plan Rooms are required to self-register their firm or office on the Internet to receive one CD-ROM. Registration instructions are available on the Internet at http://www.sam.usace.army.mil/. Neither telephonic, mailed, nor fax requests will be accepted. Those registering are responsible for the accuracy of the information on the mailing list. Registration must include the firms physical address, telephone, a valid fax number and a point of contact. Registration should be completed one week prior to the issue date. All notifications of changes to this solicitation shall be made through the Internet only. It is therefore the contractors responsibility to check the Internet address listed above daily, for any posted changes to this solicitation. The plans and specifications will be issued on Compact Disc (CD-ROM) only and will be provided free of charge. Plans and specifications will not be provided in a printed paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. Actual solicitation amendments will be issued either by fax, posting for download to the aforementioned web page, or CD-ROM. All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Critical Path Method (Network Analysis System) is required. For this job, a small business is defined as having average annual receipts of less than $27,500,000 for the past three years. This solicitation includes bid options, which may not be awarded. EFFECTIVELY IMMEDIATELY: Presolicitation Notices will no longer be issued by the Mobile District for Projects in the Continental United States and Puerto Rico. Advertisement of Mobile District projects will be through the Commerce Business Daily and/or the Mobile District Contracting Homepage. Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, Plan Holders, Bid Results, etc.) are available on the Internet at: http://www.sam.usace.army.mil. A site visit will be held at Building 147 on 11 Jul 01 at 9:00 a.m. The purpose of the conference is to familiarize the bidders with the scope of work, address bidders questions concerning the project, participate in a site visit to become familiar with the existing site conditions, and familiarize the bidders with the "Best Value" process. Attendance at the conference is strongly recommended. Minutes of the pre-proposal conference will be prepared by the Government and placed on the Internet at http://www.sam.usace.army.mil/. All parties planning to attend should provide the following information to: Mobile District, Corps of Engineers, ATTN: Mr. Leonard Paris, U.S. Army Corps of Engineers, MacDill AFB, FL, Phone (813) 840-2809 or fax (813) 840-2496. a. Name of firm with complete mailing address. b. Name, title, and phone number of each representative. Request for attendance received after 9 Jul 01 will not be accepted. Offerors should visit the site and take such other steps, as may be reasonable necessary to ascertain the nature and location of the work, and the general and local conditions, which can affect the work or the cost thereof. Failure to do so shall not relieve offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government shall assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Request For Proposals, the specifications, or related documents. In this regard, Offerors should note Contract Clause FAR 52.236-3 "Site Investigation and Conditions Affecting the Work." Specific questions related to this project may be answered by Mr. Alfred R Denmark at fax 334-690-2902. Refer questions on distribution of plans/specifications to Plans Room at 334-690-2535.
- Web Link
- http://www.sam.usace.army.mil (http://www.sam.usace.army.mil)
- Record
- Loren Data Corp. 20010614/YSOL013.HTM (W-163 SN50O7D6)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on June 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|