Inactive
Notice ID:W912QR19B0014
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bid (IFB) W912QR19B0014 for construction services to repair MPA pavement at Rows E & F, Fac...
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue an Invitation for Bid (IFB) W912QR19B0014 for construction services to repair MPA pavement at Rows E & F, Facility 991 located on Grissom Air Reserve Base, Indiana. This project is to provide all labor, material, and equipment necessary to safely repair and replace approximately 55,000 Square Yards (SY) of airfield concrete for the Mass Parking Apron (MPA), rows E, F and adjacent Taxi lanes to full depth Portland Cement Concrete (PCC) on time and within budget. Scope of project includes full depth replacement of airfield concrete parking apron, and taxi lanes, with minimal replacement of storm water drainage and structures. Project shall also provide demo of existing asphaltic concrete to allow for new asphaltic overlay of approximately. The Contract Duration is seven-hundred and twenty (720) calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This IFB will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237310. TYPE OF SET-ASIDE: This acquisition will be full and open with HUBZone Price Evaluation Preference. SELECTION PROCESS: This is an Invitation for Bid (IFB). The bids will be evaluated based on lowest price submitted (Base and all options). DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10.0 million and $25.0 million in accordance with DFARS 236.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 07 August 2019. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Glenn Moon, at Glenn.W.Moon@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.