DESIGN-BID-BUILD CONSTRUCTION PROJECT TO REPAIR RUNWAY15-33, BARKSDALE AIR FORCE BASE (AFB), BOSSIER CITY, LOUISIANA.

expired opportunity(Expired)
From: Federal Government(Federal)
N6945024R0060

Basic Details

started - 01 Apr, 2024 (26 days ago)

Start Date

01 Apr, 2024 (26 days ago)
due - 02 Apr, 2024 (25 days ago)

Due Date

02 Apr, 2024 (25 days ago)
Bid Notification

Type

Bid Notification
N6945024R0060

Identifier

N6945024R0060
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708895)DEPT OF THE NAVY (156966)NAVFAC (10916)NAVFAC ATLANTIC CMD (6597)NAVFAC SOUTHEAST (1197)NAVFACSYSCOM SOUTHEAST (62)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY TO IDENTIFY POTENTIAL OFFERORS FOR A DESIGN-BID-BUILD CONSTRUCTION PROJECT TO REPAIR RUNWAY15-33, BARKSDALE AIR FORCE BASE (AFB), BOSSIER CITY, LOUISIANA.THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The anticipated solicitation number is N6945024R0060. The purpose of this notice is for the Naval Facilities Engineering
Systems Command Southeast (NAVFAC SE) to gain knowledge of qualified and interested parties in any of the following categories: small business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, woman-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB). Potential sources should have current relevant qualifications, experience, personnel, and capability to perform this proposed project. The type of solicitation to be issued will depend upon responses to this sources sought notice. The Government will use the sources sought responses along with other market research to make various determinations regarding the procurement. Project Description:The intent of this project is to full-depth reconstruct pavement sections within the Runway 15 approach, Runway 33 approach, Taxiway Alpha, Taxiway Charlie, Taxiway Delta, and Taxiway Echo 1. Approximate total concrete pavement reconstruction area is 68,500 square yards. The typical proposed concrete pavement section is 24-inches thick, underlain with 12-inches of crushed concrete base course, underlain with chemically stabilized subgrade (cement and lime additive). As part of this project, the existing concrete pavement is required to be crushed, processed, and re-used as base course material. Asphalt pavement mill and overlay and asphalt section full-depth construction is required to accommodate the new concrete pavement geometry. Additionally, the entire length of Runway 1533 is required to be re-striped in accordance with DoD and FAA criteria. The Government anticipates that the project will consist of a Base Bid and two (2) Bid Options. The Base Bid work may be divided into two (2) construction phases - Phase 1 Runway 33 approach reconstruction and Phase 2 Runway 15 approach reconstruction. These phases are not permitted to be constructed concurrently. Government acceptance of Phase 1 work is required prior to the Contractor commencing work on Phase 2 unless otherwise approved by the Contracting Officer. Bid Options are anticipated to be as follows:Bid Option #1 Runway 1533 Asphalt Sealcoating. This work includes Gilsonite sealcoating to the two (2) asphalt strip sections of Runway 1533 and joint re-sealing. This work can be executed as part of Phase 1 or 2 work. Approximate total sealcoating are is 85,000 square yards. Bid Option #2 Taxiway Echo 1 pavement reconstruction. This work includes concrete pavement reconstruction and asphalt pavement construction of a portion of Taxiway Echo 1. If exercised, this work will be required to be executed with the Base Bid Phase 2 work. Approximate total concrete pavement reconstruction area is 4,400 square yards.The airfield will remain active throughout construction. The Contractor is required to establish temporary runway thresholds prior to construction including temporary threshold lighting.The anticipated performance period for this contract will be 540 calendar days. The magnitude of construction is between $25,000,000 and $100,000,000. The North American Industry Classification System (NAICS) Code for this solicitation is 237310 - Highway, Street, and Bridge Construction, PSC Z2BD - Repair or Alteration of Airport Runways and Taxiways with a Small Business Size Standard of $45 million (M). Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The anticipated award date is First Quarter FY 25.Interested sources are invited to respond to this sources sought announcement. Capability Statements consisting of appropriate documentation will be accepted providing it contains ALL the information required below (items 1-6). Complete submission package shall not exceed 7 pages. The information which must be contained in your response is as follows:1) Contractor Information: Name and address of company, point of contact with phone number and email address.2) Type of Business: Identify the company’s business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 237310 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification.3) Bond Capacity: Information must include surety’s name, point of contact, telephone number, email address, and the bonding capacity of at least $50 Million per project, and the maximum aggregate bonding.4) System for Award Management (SAM): Evidence of registration in the SAM, including Cage Code and Entity Identifier (formerly DUNS Number). 5) Interest: Indicate if a solicitation is issued will your firm/company be submitting a proposal: _____ Yes ______No.6) Experience Submission Requirements:Responders shall provide a minimum of two (2) to a maximum of three (3) projects including contract numbers, project titles, dollar amounts, project completion dates, performance ratings, and evidence of specific capabilities listed below:Demonstrate Prime Contractor experience constructing airfield runway paving that was self-performed on active airfields; must have been completed and accredited/certified within the last seven years, have a value of approximately $10,000,000 or greater; and were similar in size, scope and complexity to the proposed runway repairs.Provide a brief description including completion date and final contract value. If they are not approximately equal to the requested dollar value, identify the dollar value and explain in no more than one paragraph why we should consider the project.The response to this sources sought is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, VOSB, WOSB, and/or Small Business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition.Please respond to this announcement no later than 2 April 2024, 2:00 PM Eastern Time via email to matthew.j.abbott5.civ@us.navy.mil. The subject line of the email shall state: barksdale afb runway 15-33 repairs, bossier city, louisiana. Emails shall be no more than 5 MB in size. Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.

Bossier City ,
 LA   USALocation

Place Of Performance : N/A

Country : United StatesState : LouisianaCity : Bossier City

Office Address : COMMANDING OFFICER B-903 YORKTOWN NAS JACKSONVILLE , FL 32212-0030 USA

Country : United StatesState : FloridaCity : Jacksonville

Classification

naicsCode 237310Highway, Street, and Bridge Construction
pscCode Z2BDREPAIR OR ALTERATION OF AIRPORT RUNWAYS AND TAXIWAYS