Repair Runway 1R-19L-Phase II
Document Type: Presolicitation Notice
Solicitation Number: N62472-02-B-0024
Classification Code: Z -- Maintenance, repair, and alteration of real property
Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
Description: This is a Pre-Solicitation Notice: N62472-02-B-0024. Repair Runway 1R-19L-Phase II, Naval Air Station, Brunswick, Maine. The work includes repairs to the in-board runway, which will mill off a depth of pavement and resurfacing with an overlay of new pavement.
Additional work includes patching and crack-sealing. All work shall conform to current design standards. Runway paint markings will be replicated after resurfacing.
Demolition includes removal of excess material after reclamation and removal of deteriorated sealant. This project is being issued as UNRESTRICTED and is therefore subject to Federal Acquisition Regulation clause 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns. The North American Industry Classification System (NAICS) code for this project is 237310 and the Small Business Size Standard is $28.5 million.
The estimated cost range for this project is $1,000,000-$5,000,000. Construction Options may be part of the solicitation package. The solicitation will include a specialized experience clause requiring the bidders to submit specific information demonstrating their ability to meet minimum qualifications of the solicitation. A bid guarantee will be required to be submitted.
All contractors are required to register in the Department of Defense Central Contractor Registration (CCR) Database. Be advised, failure to register in the CCR makes an offeror ineligible for award of DOD contracts. Information regarding this registration may be obtained by accessing https://www.ccr.dlis.dla.mil/ccr/scripts/index.html or by referring to DFARS Subpart 204.73. The estimated date that the Invitation for Bid package will be available is 23 July 2003 and the estimated receipt for bids is 2:00 p.m. on 26 August 2003. In accordance with FAR 5.102(a)(7), availability of the solicitation will be limited to electronic medium.
Plans and specifications will NOT be directly provided in a paper hard copy format or CD ROM. The address for downloading this solicitation from the internet is: www.esol.navfac.navy.mil. Downloading from the Internet is free of charge, however, some plans and specifications will take a considerable amount of time to download.
All prospective offerors should register on the NAVFAC Electronic Solicitation Internet web site (www.esol.navfac.navy.mil). You must first create an account. You may view this web site without an account, but you will not be able to register for the solicitation unless you have an account.
Once registered, when the Invitation for Bid package becomes available, you will receive an e-mail informing you that the IFB package is available for downloading. The official Planholders list will be maintained on-line and can be printed from the web site. Planholders lists will not be faxed and will only be available from the web site. Notification of any changes to this solicitation (Amendments) shall be made only on the Internet. It is therefore the contractor's responsibility to check the Internet site for any posted changes to the solicitations plans and specifications. The point of contact for this project is Marylou Morgan at morganml@efane.navfac.navy.mil or telephone 610-595-0831.
Original Point of Contact: Marylou Morgan, Contract Specialist, Phone (610)595-0831, Fax (610)595-0671, Email morganml@efane.navfac.navy.mil - Jerry Chapman, Small Business, Phone (610) 595-0629, Fax (610) 595-0644, Email chapmanjx@efane.navfac.navy.mil.
Demolition of Building 760
Document Type: Presolicitation Notice
Solicitation Number: F09650-03-Q-0046
Set Aside: Total HUB-Zone
Contracting Office Address: Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
Description: Provide all plant, labor, materials, equipment, and coordination necessary to demolish building 760. This competitive acquisition is a Set Aside for Hub Zone companies. The official copy of the solicitation will not be provided on compact disk (CD-ROM) or paper, and can only be accessed on the web site at: http://www.eps.gov or http://www.fedbizopps.gov.
The North American Industry Classification System (NAICS) Code is 238910. This is not a request for proposal. The approximate solicitation issue date is 21 Jul 03. The approximate date of the site visit is 4 Aug 03. The approximate proposal date is 20 Aug 03. The government is not responsible for notifying potential offerors of changes to the solicitation. All changes, revisions (admendments), and other pertinent information will be posted on the web site above for viewing.
Original Point of Contact: Tom Dominey, Contract Specialist, Phone (478) 926-5202, Fax (478) 926-3590, Email Tommy.Dominey@robins.af.mil - Joy Carroll, Contract Specialist, Phone (478) 926-5215, Fax (478) 926-3590, Email Joy.Carroll@robins.af.mil.
Demolition of Housing Complex (Modification)
Document Type: Modification to a Previous Presolicitation Notice
Solicitation Number: TYMX03-4001B
See Earlier Bid Information (http://www.eps.gov/spg/USAF/AETC/RandAFBCO/TYMX03%2D4001B/SynopsisP.html)
Classification Code: Z -- Maintenance, repair, and alteration of real property
Set Aside: 8a Competitive
Contracting Office Address: Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
Description: This project is further restricted to 8(a) businesses with a bona fide place of business within the San Antonio, Texas SBA district. The magnitude of the project is now between $1,000,000 and $5,000,000.
Original Point of Contact: Mary Shackelford, Contract Specialist, Phone 210-652-5169 ext 3062, Fax 210-652-7298, Email mary.shackelford@randolph.af.mil - James Frye, Contract Specialist, Phone 210-652-5141, Fax 210-652-7486, Email James.Frye@randolph.af.mil.
Demolition and construction of Restoration of Bldgs
Document Type: Presolicitation Notice
Solicitation Number: F33601-03-R-0036
Contracting Office Address: 1940 Allbrook Dr. Suite B WPAFB, OH, 45433-5309
Description: To procure demolition and construction services for the restoration of buildings 9100291B1 + B2 at the Air Force Museum Annex located at Wright- Patterson Air Force Base. NAICS Code 238990, Size Standard $12.0 Million.
The proposed acquisition is from the Small Business Administration (SBA) using the authority of Section 8(a) of the Small Business Act. Base Bid: The scope of this project consists of furnishing all labor, equipment, appliances, devices, and materials, and performing all operations necessary in connection with the demolition and construction of the restoration of Building 20001 and all work identified as part of the base bid as identified on the drawings, excluding work to be performed under Option #1 and Option #2.
Work shall be performed as specified in the project specifications, and as shown, indicated, or noted on the project drawings. Option #1: The work consists of furnishing all labor, equipment, appliances, devices, and materials, and performing all operations necessary in connection with the demolition and construction of the restoration of Building 20009 and all work identified as part of the option #1 as identified on the drawings, excluding work to be performed under base bid and option #2. Work shall be performed as specified in the project specifications, as shown, indicated, or noted on the project drawings. Option #2: The work consists of furnishing all labor, equipment, appliances, devices, and materials, and performing all operations necessary in connection with the demolition and construction of the linemens’ room and all work identified as part of the option #2 as identified on the drawings, excluding work to be performed under base bid and option #1.
Work shall be performed as specified in the project specifications, as shown, indicated, or noted on the project drawings. This synopsis is published for informational purposes only. The attached solicitation documents are made available for potential subcontractors, and are not intended for the basis of competition or negotiation with any company other than the selected sole source.
This proposed contract action is for demolition and construction services for which the government intends to solicit and negotiate with only one source under the authority of the Federal Acquisition Regulation (FAR) part 5.202 section (a)(4). The 8(a) selected source is Sigma Capital Inc. and has been chosen by the Small Busi To procure demolition and construction services for the restoration of buildings 9100291B1 + B2 at the Air Force Museum Annex located at Wright-Patterson Air Force Base. NAICS Code 238990, Size Standard $12.0 Million.
The proposed acquisition is from the Small Business Administration (SBA) using the authority of Section 8(a) of the Small Business Act. Base Bid: The scope of this project consists of furnishing all labor, equipment, appliances, devices, and materials, and performing all operations necessary in connection with the demolition and construction of the restoration of Building 20001 and all work identified as part of the base bid as identified on the drawings, excluding work to be performed under Option #1 and Option #2. Work shall be performed as specified in the project specifications, and as shown, indicated, or noted on the project drawings. Option #1: The work consists of furnishing all labor, equipment, appliances, devices, and materials, and performing all operations necessary in connection with the demolition and construction of the restoration of Building 20009 and all work identified as part of the option #1 as identified on the drawings, excluding work to be performed under base bid and option #2. Work shall be performed as specified in the project specifications, as shown, indicated, or noted on the project drawings. Option #2: The work consists of furnishing all labor, equipment, appliances, devices, and materials, and performing all operations necessary in connection with the demolition and construction of the linemen’s room and all work identified as part of the option #2 as identified on the drawings, excluding work to be performed under base bid and option #1. Work shall be performed as specified in the project specifications, as shown, indicated, or noted on the project drawings. This synopsis is published for informational purposes only. The attached solicitation documents are made available for potential subcontractors, and are not intended for the basis of competition or negotiation with any company other than the selected sole source. This proposed contract action is for demolition and construction services for which the government intends to solicit and negotiate with only one source under the authority of the Federal Acquisition Regulation (FAR) part 5.202 section (a)(4). The 8(a) selected source is Sigma Capital Inc. and has been chosen by the Small Business Administration ness Administration prior to the release of this synopsis.
For more information on 03R0063--Demolition and construction of Restoration of Bldgs please refer to http://www.pixs.wpafb.af.mil/pixslibr/03R0063/03R0063.asp
Original Point of Contact: Georgia A. Peace,937-257-6571 Extension 4125
Email your questions to peace.georgia@wpafb.af.mil.
Latest from Construction & Demolition Recycling
- Nucor names new president
- Iron Bull addresses scrap handling needs with custom hoppers
- Brass Knuckle designs glove for cold weather applications
- Metso, ALLU, Kinshofer recognized by AEM
- Eagle Crusher to unveil Talon line at CONEXPO-CON/AGG
- Raken announces expanded construction monitoring capabilities
- BCC Research forecasts growth for recycled wood market
- Colorado recycling company transitions to electric mobile equipment