FY19 Repair Taxiway Golf Multi Facility and FY19 Repair Taxiway Foxtrot and Arm/Disarm Pad Multi Facility at MHAFB, ID
US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction project titled: "Repair the Arm/Disarm Pad pavement adjacent to Taxiway Foxtrot, full de... US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction project titled: "Repair the Arm/Disarm Pad pavement adjacent to Taxiway Foxtrot, full depth, and mill overlay Taxiway Foxtrot. Repair Taxiway Golf, full depth, and mill overlay Taxiway Golf at MHAFB, ID." Proposed project will be a firm fixed-price construction project. In accordance with FAR 36.204, the magnitude of construction is estimated to be in the range of $5,000,000 to $10,000,000. 100% payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237310, "Highway, Street and Bridge Construction," and the associated small business size standard is $36,500,000 in average annual receipts. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. DESCRIPTION OF PROPOSED PROJECT: FY19 Repair Taxiway Golf Multi Facility Full-depth repair of the existing asphaltic cement concrete (ACC) taxiway and shoulders. Repairs include demolition of existing ACC taxiway, shoulders, and aggregate base course material, disposal off Base or reuse of material on or off Base, subsurface drainage system, aggregate base course, jointed plain Portland cement concrete (PCC) pavement, joint sealant reservoirs and sealant, ACC shoulders, airfield markings, airfield lighting canisters and wiring as necessary for edge lights, and airfield signs as required. Include all necessary labor, materials, equipment, and work for a complete and usable airfield pavement system. Work shall extend from connection to Taxiway Alpha and to the Controlled Movement Area (CMA) of the Runway 12-30. FY19 Repair Taxiway Foxtrot and Arm/Disarm Pad Multi Facility Repair the Arm/Disarm Pad pavement adjacent to Taxiway Foxtrot, full depth, and mill and overlay Taxiway Foxtrot. Work includes demolition of existing Portland cement concrete (PCC) pavement at the Arm/Disarm Pad, asphalt cement concrete (ACC) shoulders, and base course. Provide a new pavement system, to include PCC pavement, aggregate base course, aggregate sub-base course, subsurface drainage, joint sealant, grounding system, ACC shoulders, edge lights, and airfield markings. Repair the ACC infill to the requirements above to provide loadbearing PCC airfield pavement. Demolish closed Taxiway Kilo and restore to infield or ACC shoulder as required; adjust edge lights accordingly. Mill the full surface of Taxiway Foxtrot up to the hold line and overlay with ACC wearing course. Utilize criteria from UFC 3-260-01, Airfield and Heliport Planning and Design. Include all necessary labor, materials, equipment, and work for a complete and usable airfield pavement system. SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to five (5) pages and include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (Large Business). 3. Two (2) to three (3) examples of past projects as the Prime Contractor. Contractor must provide a brief description of experience in performing similar projects for construction/installation of similar size, complexity and scope completed within the last six years. Examples should include the following information: a. A description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of each project. b. Demonstrated experience with construction of both Hot Mix Asphalt (HMA) and Portland Cement Concrete (PCC) airfield and/or taxiway paving. Experience must have been completed on a DoD installation. 4. CAGE code and DUNS number of your firm. 5. Firm's Joint Venture Information, if applicable. 6. Bonding Information: Provide the following, on the Bonding Company's letterhead: Bonding Limits: (a) Single Bond (b) Aggregate Responses to this Synopsis will be shared and limited to the Government project team, but otherwise will be held in strict confidence. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued. PLEASE SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 1:00 pm (Pacific Time) on 23 January 2019. Submit responses to the attention of John Scola at John.P.Scola@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »