Westover Runway 05/23 replacement
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, cert... A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUB Zone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project includes repair by replacement of Runway 05/23 and overruns at Westover Air Reserve Base. Work includes rebuild at full depth the first 1200 LF of asphalt surface to a width of 75 feet on each side of centerline. Demo interior 75-foot keel of entire runway length of asphalt down to base, scarify surface, compact and install new asphalt. Mill-overlay asphalt 37.5 feet on each side of 75 foot runway keel. Total full depth replacement is 810,000 SF, a mill/overlay is a total of 630,000 SF. Repaint runway and overrun markings according to current airfield UFC requirements. Install temporary hold lines during operations and all other airfield signage necessary for safe operations. Replace the existing asphalt overruns to full depth. Repair the concrete around the existing airfield light bars on the overruns. Apply joint sealant and airfield markings, regrade surrounding site for proper drainage and height requirements, establish survey markers, and temporarily displace lighting. Estimated Advertisement Date: 1 August 2019 Estimated Award Date: 30 September 2019 Contract duration is estimated at 365 calendar days. The estimated cost range is between $10,000,000 and $25,000,000. NAICS code is 237310. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 11 April 2019 by 10:00 AM Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide descriptions of up to (3) three projects with greater than 90% completion by you as the Design-Bid-Build prime contractor within the past five (5) years which are similar to this project in size and scope. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Re-construction/Replacement of asphalt airfield pavements for commercial airfields that are classified by the FAA as primary airports or are military airfields. Reconstruction /replacement projects should demonstrate full depth and mill/overlay of asphalt on the same project. Heliports will not qualify as experience. Electrical work on edge lights and airfield marking and signage. b. Projects similar in size to this project include: Minimum of 500,000 SF of reconstruction with airfield paving; 500,000 SF of mill and overlay at airfield. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. (provide square footage, technical description, type and % of trades involved) 4. The dollar value of the construction contract and whether it was design-bid-build or design-build. 5. The type and percentage of the contract cost, excluding cost of materials, that was self-performed as physical vertical and horizontal construction by construction trade(s). 6. Identify the number of subcontractors by construction trade utilized for each project. 7. The portion and percentage of the project that was self-preformed. 8. Period of performance for submitted projects 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Interested Offerors shall respond to this Sources Sought Synopsis no later than 11 April 2019 by 10:00 AM Eastern. ALL RESPONSES MUST BE EMAILED to Joshua Gitchel, Contract Specialist, at: Joshua.A.Gitchel@usace.army.mil and Glenn Moon, Contract Specialist, at: Glenn.W.Moon@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. This is NOT a Request for Proposal. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »