Repair Taxiways D and B2 at WPAFB

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR-18-REPAIRTAXIWAYWPAFB

Basic Details

started - 13 Aug, 2018 (about 5 years ago)

Start Date

13 Aug, 2018 (about 5 years ago)
due - 23 Aug, 2018 (about 5 years ago)

Due Date

23 Aug, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
W912QR-18-REPAIRTAXIWAYWPAFB

Identifier

W912QR-18-REPAIRTAXIWAYWPAFB
Department of the Army

Customer / Agency

Department of the Army
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.

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 HUBZone, 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 Taxiway D sections T11C and T28C between Taxiway B and Runway 05R- 23L, and Taxiway B1 sections T12C and T29C between Taxiway B and the East Ramp at Wright-Patterson Air Force Base. Work includes excavation, subgrade and sub base work, full-depth concrete replacement, and increasing the width of the taxiways from 50' to 75'. Repair the underdrain system running parallel to the taxiways, and re-connect the underdrains to the storm sewer system; Replace and relocate existing airfield lighting, edge lighting, and illuminated guide and designation signs. Protect and relocate (if
necessary) all existing utilities including (but not limited to) water, sewer, and communications lines in the areas of the pavement work. Restore disturbed areas.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 23 August 2018 by 2:00 PM 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 95% completion by you as the 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:Construction of concrete airfield pavements for commercial airfields that are classified by the FAA as primary airports or are military airfields. Heliports will not qualify as experience. Minor electrical work on edge lights. Mill and overlay of asphalt of airfields. Airfield marking.b. Projects similar in size to this project include:Minimum of 100,000 SF of concrete airfield paving; 800,000 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 projects5. 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 23 August 2018 by 02:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Marcel Hull, Contract Specialist, at: Marcel.D.Hull@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. Contact Information: Marcel D. Hull, Contract Specialist, Phone 5023156184, Email Marcel.D.Hull@usace.army.mil Office Address :Attn: CELRL-CTPO Box 59 Louisville KY 40201-0059 Location: USACE District, Louisville Set Aside: N/A

Wright Patterson Air Force Base, OHLocation

Address: Wright Patterson Air Force Base, OH

Country : United States

You may also like

REHABILITATE TAXIWAY A - PHASE 3

Due: 23 May, 2024 (in 23 days)Agency: Delaware River and Bay Authority

Taxiway A Pavement, Lighting and Drainage

Due: 15 May, 2024 (in 15 days)Agency: City of Fernandina Beach

Reconstruction of Taxiway Delta

Due: 10 May, 2024 (in 9 days)Agency: City of Cape Girardeau

Please Sign In to see more like these.

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

Classification

NAISC: 237310 GSA CLASS CODE: Z