Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7, 2001 PSA #2973
SOLICITATIONS

Y -- MILL OVERLAY RUNWAY AND ASPHALT LANDING STRIP -- POPE AIR FORCE BASE, NORTH CAROLINA

Notice Date
November 5, 2001
Contracting Office
US Army Corps of Engineers, Savannah -- Military Works, P.O. Box 889, Savannah, GA 31402-0889
ZIP Code
31402-0889
Solicitation Number
DACA21-02-R-0020
Response Due
November 16, 2001
Point of Contact
Elaine Radcliffe, (912) 652-5416, FAX (912) 652-5828
E-Mail Address
US Army Corps of Engineers, Savannah -- Military Works (elaine.p.radcliffe@sas02.usace.army.mil)
Description
NOTE: Any prospective bidder/offeror interested in obtaining plans and specifications for this solicitation must register on our website at http://ebs.sas.usace.army.mil/ Contractors may view and/or download this solicitation and all amendments from the i nternet after solicitation issuance. Plans and specifications will be issued on Compact Disk (CD-ROM) and will be provided free of charge. Paper copies of this solicitation will not be available. Description of Work: Maintenance and repairs to the runw ay and assault landing strip (ALS) at Pope Air Force Base, North Carolina. All work is to be accomplished within the presently scheduled runway closure of 18 Feb 2002 to 20 Mar 2002. Work involves: On the runway, mill 2-1/2-inches of asphalt on the runw ay and overlay with 3-inches; mill 1-inch from the runway shoulders and overlay with 1-1/2-inches of asphalt; replacement of selected concrete slabs on each of the runway; overlay and widen paved shoulders on each runway over-run end. On the ALS, mill 1-i nch of asphalt and overlay with 2-inches; rebuild the ALS asphalt shoulders (10-feet each side); replace ALS edge lights and circuits back to airfield lighting vault; install approximately 500 feet of storm drainage line. Included is pavement grooving, re placement of all pavement striping, and rubber removal on the concrete areas. Potentially included is also the replacement of the 23-runway flush-mounted approach lights and circuits. The project will be solicited and procured using a Low Price/Technica lly Acceptable (LPTA) Request for Proposal (RFP) in accordance with Federal Acquisition Regulation (FAR) Part 15.101-2, Lowest Price/Technically Acceptable source selection process. Proposals will be evaluated against criteria stated in the RFP on Go (acc eptable)/No-Go (unacceptable) basis. Each factor and sub-factor shall be rated either Go or No-Go. All factors and sub factors are equal weight. The factors identified as Go/No-Go have been chosen to screen out high-risk proposals. High-risk proposals are those who have not demonstrated ability to perform large heavy airfield pavement projects. The factors are: 1) Offeror Past Performance Information. A sample Past Performance Evaluation Questionnaire will be included in the Request for Proposal. Th e Offeror shall identify a minimum of three in-progress or completed projects to be used for reference and evaluation purposes and provide a questionnaire to the Point of Contact for each project listed for completion. When completed, these forms may be mailed or faxed to the Savannah District Contract Specialist identified in the sample transmittal letter provided. Failure of a reference verification to arrive at the Savannah District within the identified time period may adversely affect the overall r ating received for this project. It is the contractor s responsibility to ensure that the reference documentation is provided. The Government will not make additional requests for past performance information or references. Copies of the evaluation for m shall be provided to the Savannah District directly from the reference. Projects from which questionnaires are received shall have been completed within ten years of the date of the solicitation. 2) Offeror Relevant Specialized Experience. Provide exa mples (at least three) of projects for which the offeror has been responsible. The examples are to be specifically related to operational airfields, runways and aircraft parking aprons, and are to demonstrate the firm s capability to perform work under ti ghtly constrained schedules related to operational needs of the owning installation. Provide references (with contract names and telephone numbers) for all examples cited. Each example shall indicate the general character, scope, location, cost, and date of completion of the project. If the offeror represents the combining of two or more companies for the purpose of this RFP, each company shall list project ex amples. Example projects must have been completed or in progress not later than ten years prior to the date of the solicitation. The contractor is required to submit a price and technical proposal. Each proposal shall contain the offeror s best technical proposal and best price. Award will be made to the technically acceptable lowest price offeror whose price is determined to be fair and reasonable without discussion of such offers. If any factor or sub-factor is rated a No/Go, the offeror s proposal ma y not be acceptable. Pricing will not be scored. Prices submitted will be evaluated only after determination of those offerors submitting acceptable technical proposals based on the Go/No Go technical evaluation. The technical proposal will be scored an d evaluated utilizing the factors set forth in the solicitation. Proposals shall include sufficient detailed information to allow complete evaluation. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. The estimated cost of the project is between $1,000,000.00 to $5,000,000.00. Network Analysis will not be required. This solicitation is issued on an unrestricted basis pursuant to the Busines s Opportunity Development Reform Act of 1988. This solicitation will be issued in electronic format only and will also be available on or about November 16, 2001 on the internet at http://ebs.sas.usace.army.mil/ Notification of amendments will be through u se of the Internet. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. It is the contractor s responsibility to check the Internet address provided below as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Linda Elliott, Contract Specialist, 912-652-5076. Contractors may view and/or download this solicitation and all amendments from the Internet at the following Internet address: http://ebs.sas.usac e.army.mil/
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011107/YSOL012.HTM (D-309 SN5122R5)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on November 5, 2001 by Loren Data Corp. -- info@ld.com