PKAA Pavements IDIQ (Construction)
ID: FA461323R0010Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 5, 2023 9:47 PM
  2. 2
    Updated Oct 5, 2023 9:47 PM
  3. 3
    Due Oct 15, 2023 10:00 PM
Description

Special Notice DEPT OF DEFENSE is seeking a contractor to maintain pavements at F.E. Warren AFB in WY. The contractor will be responsible for all labor, materials, equipment, and operations necessary to maintain various types of pavements, including pavement removal, milling, curb and gutter removal, base course placement, new pavement placement, sidewalk placement, chip seals, striping, and re-vegetation. The contract is estimated to be between $5,000,000 and $10,000,000. Contractors must be registered in SAM.gov to be eligible for the award. The Request for Proposal (RFP) is expected to be issued on or about November 1, 2023, and will be available on the Government-wide Point of Entry (GPE) at sam.gov. For more information, contact Andrea McCurry or Arthur Makekau.

Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Repair Deteriorated Pavement, Cp Casey & Hovey (MATOC Only)
Active
Dept Of Defense
The Department of Defense, Department of the Army, seeks to repair deteriorated pavement at Camp Casey & Hovey in Dongducheon, South Korea. This project, titled "Repair Deteriorated Pavement, Cp Casey & Hovey (MATOC Only)," is a Request for Proposal (RFP) exclusively for existing Area I & II General Construction Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) Contractors. The contract number for this project is W91QVN-24-D-0001 and associated numbers from 0002 to 0020, 0082, 0099, 0103, and 0107. The scope of work involves the repair and maintenance of pavement across various locations, primarily military facilities. The work is required to be performed in accordance with specified standards and requirements. To be eligible, applicants must be experienced and qualified construction companies, with a focus on highway, street, and bridge construction, holding the necessary certifications and licenses to operate in South Korea. The contract is expected to be funded through multiple instruments, with an estimated value of $700,000 to $1.5 million. It is anticipated to be a firm-fixed-price contract, and businesses can expect to be paid upon submission of invoices and successful completion of the work. The submission deadline is stringent, and applicants are expected to submit their proposals by the specified date to be considered. The evaluation of proposals will focus on the extent to which they meet the stated requirements, with particular attention to cost, technical merit, and past performance. For any clarifications or questions, interested parties can contact Chin Ok Han, the primary contact for this opportunity, via email at chinok.han.ln@army.mil or by phone at 7221384. Additionally, Chongnak Kim can be reached at chongnak.kim.ln@army.mil or 05033221381 for further assistance.
Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC), F.E. Warren AFB, Wyoming
Active
Dept Of Defense
The Department of Defense seeks a contractor to construct the Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC) at F.E. Warren AFB in Wyoming. This project, with a correct solicitation number W9128F24R0034, involves building an 85,000 SF training facility that caters to the needs of multiple departments and security forces. The facility will be a mix of two-story and single-story structures, incorporating classrooms, administration areas, virtual training spaces, and high-bay areas for maintenance training. The successful bidder will work within a design-bid-build framework, responsible for delivering a fully functional facility, adhering to strict requirements specified in the Request for Proposal (RFP). The project entails constructing a structural steel frame building with concrete flooring, featuring a mix of exterior cladding options. Site development work includes clearing, grading, paving, and installing utilities. The facility must comply with DoD, Air Force, and base design standards, incorporating local materials when cost-effective. Applicants for this project should be aware that portions of the work involve Controlled Unclassified Information (CUI), requiring adherence to access restrictions. To obtain access to the restricted specifications and drawings, and to submit a proposal, vendors must follow the instructions mentioned in the solicitation and register with SAM.gov and Procurement Integrated Enterprise Environment (PIEE). Contact Brandon Landis at brandon.p.landis@usace.army.mil for access to the restricted documents, and ensure that your company's name and cage code are included in the subject line of the email. Proposals must be submitted before the deadline, with the evaluation of bids based on the criteria outlined in the solicitation. This project is expected to be completed within 1,095 days of the Notice to Proceed, and Performance and Payment Bonds are required. Vendors should be prepared to commit to a prompt start date, as a 10-day window is mandated after the Notice to Proceed is issued.
DRAFT: RFP_B-21ADAL_OPS/AMU EAFB, SD
Active
Dept Of Defense
Special Notice DEPT OF DEFENSE DEPT OF THE ARMY: The government has released a draft Request for Proposal (RFP) for a construction project at Ellsworth Air Force Base, South Dakota. The draft RFP is not a formal solicitation but a means for potential offerors to provide feedback and suggestions to improve the final RFP. The construction project falls under the Commercial and Institutional Building Construction industry with a NAICS code of 236220 and a PSC code of Y1JZ. The magnitude of construction is estimated to be between $25 million and $100 million, with a project period of performance of 730 calendar days from the construction NTP. The government emphasizes that this is not a request for competitive proposals and no evaluation letters or results will be issued. Interested parties are requested to submit their responses to the draft RFP by 2:00 PM (CT), August 1, 2024, to Gloria Garside at gloria.garside@usace.army.mil.
JKSE 242400, Repair Apron Paving
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a Total Small Business Set-Aside contractor for the repair of apron paving in Great Falls, Montana. The project includes asphaltic pavement installation, bituminous asphalt replacement, deep mill and overlay, and repainting lines in an area of approximately 107,395 square feet, with an option for an additional 27,500 square feet. The contract duration is 50 calendar days, and the estimated construction cost is between $250,000 and $500,000. Interested contractors must be registered in the System for Award Management (SAM) and can access the solicitation on the Contract Opportunities page at SAM.gov.
WESTERN MATOC ONLY - Repair_Expand B216 Peterson Space Force Base
Active
Dept Of Defense
The U.S. Army Corps of Engineers (USACE) has issued a Combined Synopsis/Solicitation for a project centered around Building 216 at Peterson Space Force Base in Colorado Springs, Colorado. The primary objective is to repair and expand the general purpose aircraft maintenance shop, involving interior modifications, sitework, and infrastructure upgrades. This procurement specifically targets a select group of Western MATOC contractors, including California Constructors, CJW Joint Venture, Gideon Contracting, Souza Construction, Heffler Contracting Group, and Peter Vander Werff Construction. These pre-qualified contractors are invited to submit price proposals for the design and construction services required. The scope of work entails designing and constructing an expansion to the existing facility, with USACE seeking a single contractor to oversee both aspects. The project has a firm fixed price and a projected timeline of approximately 540 days from the receipt of the Administrative Notice to Proceed. Key requirements include adhering to specific design guidelines, addressing differing site conditions, and complying with utility availability. Contractors must conform to various federal regulations, and a site visit is organized for potential awardees. The lowest evaluated price serves as the basis for contract award, with a price breakout schedule and labor category table demonstrating the use of binding rates mandated in the request for proposal (RFP). To be considered, applicants must be registered in the SAM database and comply with the requirements outlined in FAR 52.204-7. Additionally, contractors must attend the mandatory site visit and submit their proposals by the deadline, which is August 2nd, 2024. For further clarification or questions, interested parties can contact Laura Phillips-Payne at laura.phillips-payne@usace.army.mil.