Little Rock AFB Airfield Pavements/Civil Works IDIQ (Соединенные Штаты Америки - Тендер #58066995) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Номер конкурса: 58066995 Дата публикации: 11-10-2024 Источник тендера: Государственные закупки США |
||
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
This is a sources sought synopsis for Little Rock AFB Airfield Pavements / Civil Works IDIQ. Please note that this Sources Sought does not in any way obligate the Government to award a subsequent Contract. This Sources Sought is for market research and planning purposes to determine if responsible sources exist and to assist in determining if this effort can be competitive.
Experience required is as follows:
- The contractor and/or subcontractor shall have a minimum of 5 years’ experience with airfield maintenance/repair and successfully completing work types listed below on an active airfield.
- The contractor and/or subcontractor shall have a minimum of 5 years’ experience in the use of chemical detergent, Avion 50 (Chemteck Incorporated), or equal for rubber removal from airfield pavements.
- The contractor and/or subcontractor shall have a minimum of 5 years’ experience in the use of ultra-high pressure, low volume water blasting equipment for paint removal from airfield pavements.
- The contractor and/or subcontractor shall have a minimum of 5 years’ experience in new and existing layout, preparation, and painting of airfields and roadways.
The principal features of the work for AIRFIELD PAVEMENTS shall consist of but are not limited to the following:
The principal features of the work for CIVIL WORKS shall consist of but are not limited to the following:
PERFORMANCE LOCATION: Little Rock AFB, AR and remote locations Blackjack Drop Zone near Romance, AR; All American Landing Zone Camp Robinson, AR; and Communication Site near Cabot, AR.
PERIOD OF PERFORMANCE (POP): The period of performance is expected to be either:
NAICS CODES: The Civil Works will be within the following North American Industry Classification System (NAICS) code sectors and subsectors:
SECTOR/SUBSECTOR SIZE STANDARD
Sector 23 – Construction
Subsector 237 – Heavy and Civil Engineering Construction $39.5M
237310 – Highway, Street, and Bridge Construction $39.5M
This is a sources sought synopsis only and not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Contractors are highly encouraged to submit a package containing the information below to the Government as a result of this Sources Sought Notice. Responses will not be returned. No entitlement to payment of any costs to the Government will arise as a result of contractor submission of responses or the Government’s use of such information. Information requested is for sources that have the capability and financial means to handle an Indefinite-Delivery Indefinite-Quantity for Airfield Pavements/Civil Works that allows Civil Engineering to have projects accomplished at an accelerated pace without competition utilizing a pre-priced contract with line items.
Information requested outlined in the below paragraphs is to be emailed to Ms. Jennifer Bradford at jennifer.bradford.2@us.af.mil, Ms. Kali Finke at kali.finke.2@us.af.mil, Ms. Rachel Italiano at rachel.italiano.1@us.af.mil, and Mr. Arthur Brown at arthur.brown.17@us.af.mil, no later than 30 October 2024, 1:00 p.m. CST.
In accordance with FAR 52.204-7 – System for Award Management, contractors must be registered in the System for Award Management (SAM) database via https://sam.gov. Prime contractors must be US-owned entities who intend to submit a package for this Sources Sought.
1. Company Information:
2. Socio-economic Status (e.g., Small business, HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB)), and any associated documents of such status, certification or approvals.
3. Prime Contractors shall be capable of securing bonding up to the amount of the task order (Payment, Performance, etc…). Provide your bonding capacity per contract and aggregate.
4. Provide a Point of Contact to assist in market research to determine solicitation set-aside, if any.
5. Demonstrate your ability to execute multiple Task Orders concurrently
6. Demonstrate in-house Architect and Engineering (Up to 100%) design capability or ready access to design capability for projects.
7. Summarize projects that show your capabilities and past performance. The list of relevant projects may include names of project team members and firm, point of contact (Contracting Officer and Quality Assurance Evaluator/Inspector) with titles, phone numbers, project scope, type of contract, and percentage of work completed as the prime contractor.
All of the above must be submitted in sufficient detail for a decision to be made on the availability of small business concerns.