Selective Slab Repairs Main Apron Row 9, F7001
ID: XTLF24-1584Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3029 71 FTW CVCENID, OK, 73705-5037, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF AIRPORT RUNWAYS AND TAXIWAYS (Z1BD)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting bids for the Selective Slab Repairs on the Main Apron Row 9 at Vance Air Force Base in Oklahoma. The project involves the removal and replacement of 17 Portland Cement Concrete slabs that have deteriorated due to heat distress, along with additional repairs and repainting of pavement markings. This work is critical to maintaining operational safety and usability of the apron area, which is currently barricaded and poses a Foreign Object Damage (FOD) risk to aircraft operations. Interested contractors must submit their bids electronically by September 11, 2024, and are encouraged to attend a site visit on August 20, 2024, to familiarize themselves with the project requirements. For further inquiries, contact Shari Lamunyon at shari.lamunyon.ctr@us.af.mil or by phone at 580-213-7176.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an addendum for a federal solicitation related to selective slab repairs on the main apron, specifically for Row 9, referenced by project number F7001. The solicitation/contract number is XTLF24-1584, and the bid opening is scheduled for September 11, 2024, at 2:00 PM CST. Contractors, specifically ASRC Federal Field Services, LLC, must submit necessary forms as part of their bid proposals to ensure consideration for the award. The addendum reiterates the importance of acknowledging receipt of the addendum, noting that failure to do so might lead to the rejection of offers. This document is produced by the Arctic Slope Regional Corporation (AFFS) at their Vance AFB location, aiming to ensure compliance and clarity in the bidding process for this repair project, reflecting the standard protocols governing federal RFPs and contract modifications. It underscores the importance of adhering to specified terms to maintain effectiveness and legality in governmental contracting processes.
    The ASRC Federal Field Services (AFFS) is issuing a solicitation for Selective Slab Repairs on the Main Apron Row 9 of Vance AFB, Oklahoma. With a budget between $500,000 and $1 million, the contract work must be completed within 90 days after receiving notice, or within 30 days for the bid option. A pre-bid conference and site visit are scheduled for August 20, 2024, and questions about the solicitation are accepted until August 29. Offerors must submit their bids electronically by September 11, 2024, and attend to various bond requirements. The contract includes liquidated damages of $267 per calendar day if the work exceeds the specified timeline.
    The file contains a supplement incorporating numerous Federal Acquisition Regulation (FAR) clauses into a subcontract agreement, modifying them to apply to the contractor and subcontractor roles. These clauses cover a wide range of legal and ethical obligations, from defining terms to specifying rights and responsibilities in various scenarios. The incorporated clauses address issues like labor standards, environmental regulations, intellectual property rights, and dispute resolution. Several clauses relate to the use of domestic construction materials and the prohibition of certain foreign purchases, with provisions for exceptions. The file also includes clauses related to commencement, completion, and liquidated damages, emphasizing a prompt work schedule. Additionally, there are clauses addressing essential contractor services, access to Air Force installations, and requirements for contractor personnel to obtain Common Access Cards (CACs). This comprehensive set of clauses ensures compliance with legal mandates and establishes a detailed framework for ethical and efficient subcontracting processes.
    The file outlines the general provisions of a subcontract for construction services under a US government prime contract, encompassing various aspects of the agreement. It begins with the formation of the contract, including the incorporation of FAR flowdown provisions. The description of the work to be performed, with reference to plans, specifications, and additional provisions, is detailed. The financial terms, including price and payment procedures, are specified, taking into account potential changes and providing a mechanism for resolving disputes. The subcontractor's responsibilities regarding insurance, bonds, patents, and indemnification are addressed, ensuring compliance with legal requirements and providing protections. The file also covers scenarios of default, delays, and termination, outlining the respective rights and obligations of both parties. Additionally, it encompasses provisions for warranties, cleaning up, dispute resolution, ethics and compliance, and the employment of labour. Overall, this file synthesises the key terms and conditions governing the relationship between the contractor and subcontractor, establishing the parameters for the construction services to be provided.
    The government agency seeks bids for a construction project, with a focus on securing a bid bond. Offerors must follow a specified format for their submissions, including providing an original, signed copy of the bid bond and accompanying documentation. The bid bond amount is set at 20% of the offer value, with a requirement to submit copies of sections 10 through 14C. Bids are due by 26 July 2018, and the agency emphasizes promptness in submitting the original bid bond within three business days of the bid opening. The instructions emphasize that failure to adhere to these instructions may result in the offer being deemed nonresponsive.
    The file contains various certifications that need to be filled out by potential suppliers to ASRC Federal, whose purchases may be funded under a U.S. government contract. These certifications cover topics such as executive compensation, lobbying activities, previous contracts and compliance reports, debarment and suspension, equal employment opportunity, and ownership or control by foreign governments or terrorist countries. Suppliers must provide accurate and current information and certify their compliance with the represented provisions. These certifications are a prerequisite for contracting with ASRC Federal and failure to comply may result in rejection of the supplier's bid. Additionally, suppliers must acknowledge and understand U.S. government contracting procedures and keep their certifications up to date.
    Vendors seeking to work with the ASRC COMPANY are required to procure extensive insurance coverage. This is a precautionary measure to mitigate potential risks and liabilities arising from the vendor's operations. The insurance obligations are detailed and stringent, encompassing commercial general liability, business auto liability, workers' compensation, umbrella liability, and contractor's pollution liability, with specific minimum limits for each. These requirements are designed to protect both the vendor and the ASRC COMPANY, ensuring that any incidents or claims are adequately covered. The vendors are responsible for insuring their own property and equipment, and the policies must include endorsements for additional insureds, waiver of subrogation, and primary non-contributory coverage. The ASRC COMPANY reserves the right to demand even broader coverage if the vendor has such policies in place. Certificates of Insurance must be provided by the vendors, ensuring compliance with these stringent insurance requirements.
    The file details a wage determination for various construction workers involved in highway construction projects across several Oklahoma counties. It establishes prevailing wage rates for specific worker classifications, including carpenters, cement masons, and truck drivers, with rates varying across counties. The rates are intended to be paid under contracts governed by the Davis-Bacon Act. The file also outlines a process for appealing wage decisions, directing interested parties to appropriate administrative bodies. Notably, the wages outlined may be superseded by higher minimum wages outlined in Executive Orders 14026 and 13658. Additionally, contractors must provide employees with paid sick leave as outlined in Executive Order 13706.
    The COMMENT/QUESTION FORM, XTLF24-1584, serves as a structured mechanism for organizations to submit queries related to the Selective Slab Repairs Main Apron Row 9, F7001 project. Companies can seek clarification on technical, contracting, or miscellaneous matters, referencing specific document pages or drawings. The form requires clear questions and complete information. Responses will be provided via email, ensuring a concise and efficient Q&A process.
    The file details ASRC Federal's vendor authorization request policy, targeting businesses with SBA certificates, including small businesses, minorities, and women-owned businesses. It seeks essential vendor information, from legal names and addresses to tax details. Vendors must confirm their eligibility for 1099-NEC and provide parent company details if applicable. The document also serves as a platform for various federal supplier certifications, enabling businesses to classify themselves according to FAR regulations. Notably, it includes an Electronic Funds Transfer Authorization Agreement, mandating vendors to provide banking information for EFT transactions and authorizing ASRC Federal to process them. This two-part document captures the crucial elements of vendor authorization and payment methods for prospective suppliers of ASRC Federal and its subsidiaries.
    This file contains Form W-9, Request for Taxpayer Identification Number and Certification, which is used by the Internal Revenue Service (IRS) to collect taxpayer information. This form is used to request the Taxpayer Identification Number (TIN) of an individual or entity, which must be provided to avoid backup withholding on certain payments, such as interest, dividends, and nonemployee compensation. The form requires the entrant to certify, under penalty of perjury, that the provided TIN is correct and that they are not subject to backup withholding. It also collects information on exemptions from FATCA reporting and requests for account numbers. This form should be given to requesters who need to file information returns with the IRS, and it includes instructions for completing and signing the form.
    The Statement of Work outlines the selective slab repairs required on the main apron of Vance Air Force Base's Row 9. The scope entails removing and replacing concrete slabs, repairing base material, and enhancing joint and spall repairs, while adhering to strict safety and environmental standards. The work must be completed within a specified timeline, coordinating with the base's operations. The project requires materials like concrete, sub-base flowable fill, and pavement markings, all subject to approval. Contractors must submit detailed plans, including site photos, drawings, and schedules, for approval before commencement. The emphasis on minimizing disruptions indicates the need for careful planning and execution, with strict compliance and quality control measures.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    A&E Services Full and Open Airfield Electrical Distribution Study
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified architect-engineering firms to conduct a comprehensive airfield electrical distribution study at Vance Air Force Base in Oklahoma. The objective of this firm-fixed-price contract is to evaluate the existing electrical distribution system, assess its impact on airfield operations, and provide recommendations for modernization and repair to enhance safety for maintenance personnel and aircraft navigation. This study is crucial for ensuring the functionality and safety of the airfield's electrical infrastructure, which supports various operations including taxiing and takeoff. Interested firms must submit their qualifications using the SF330 form by September 18, 2024, at 11:00 AM CST, and can direct inquiries to Shari Lamunyon at shari.lamunyon.ctr@us.af.mil.
    FY24 FWCF LXEZ221052 Repair/Upgrade Aircraft Refueler Parking Area, Kadena Air Base, Okinawa, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the repair and upgrade of the aircraft refueler parking area at Kadena Air Base in Okinawa, Japan. The project involves the removal of existing asphalt pavement, installation of new concrete pavement, and improvements to drainage and site facilities, including the disposal of hazardous materials such as Aqueous Film Forming Foam (AFFF). This upgrade is crucial for enhancing operational capabilities and safety at the base, with an estimated contract value between $5 million and $10 million. Interested firms must submit their capabilities and responses to the Sources Sought Capabilities Survey by September 20, 2024, to the designated contacts, Norman Roldan and Jack Letscher, via their provided emails.
    PAVING IDIQ, KADENA AIR BASE
    Active
    Dept Of Defense
    The Department of Defense, through the 18th Contracting Squadron at Kadena Air Base in Okinawa, Japan, is seeking qualified contractors for a fixed-price, indefinite-delivery indefinite-quantity (IDIQ) contract focused on airfield paving projects. The contract will encompass various tasks, including slab replacements, pavement repairs, and runway rubber removals, with a total ceiling of $35 million and individual task orders ranging from $10,000 to $1,000,000 over a maximum duration of 60 months. This initiative is crucial for maintaining the operational integrity of airfield infrastructure, ensuring compliance with safety and quality standards as outlined in the Unified Facilities Criteria (UFC). Interested contractors must submit their qualifications and capability statements by September 20, 2024, at 10:00 am Japan Standard Time to Marina Amosin at marinajoyce.amosin.ph@us.af.mil.
    Tinker Air Force Base CE Services: Base Operations Management
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Materiel Command, is seeking qualified contractors for Civil Engineering Services related to Base Operations Management at Tinker Air Force Base in Oklahoma. The primary objectives include maintaining and repairing facilities and infrastructure, managing physical plant operations, modernizing installations, and ensuring compliance with safety and environmental regulations. This opportunity is crucial for supporting the operational readiness of the base and enhancing service delivery to meet mission requirements. Interested parties are invited to participate in a virtual Industry Day on September 18, 2024, from 9:15 AM to 12:00 PM CST, and must contact Burl Sellers or Darian Permetter via email to register or submit questions by September 17, 2024, at 12:00 PM CST.
    Repair Airfield Asphalt Cracks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a construction contract to repair airfield asphalt cracks at the 174th Attack Wing, Hancock Field in Syracuse, New York. This project, designated as Project HAAW232012, is a 100% total small business set-aside under NAICS code 237310, with a project magnitude estimated between $250,000 and $500,000. The work involves maintenance and rehabilitation of airfield pavements, including localized crack sealing and restriping, adhering to FAA and DoD standards. Interested bidders must attend a pre-bid conference on August 27, 2024, with bids due by September 17, 2024. The contract award is contingent upon the availability of funds by September 30, 2024, and all bids must include a bid guarantee and remain valid for at least 90 days. For further inquiries, contact Briana McCaffery at briana.mccaffery@us.af.mil or Richard M. Peirson at richard.peirson@us.af.mil.
    Repair Vehicle Search Area, Offutt Air Force Base (OAFB), Nebraska (NE)
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for a Design-Build project to repair the vehicle search area at Offutt Air Force Base (OAFB) in Nebraska. The project involves demolishing existing facilities and constructing new structures to enhance vehicle control, inspection processes, and security in compliance with Unified Facilities Criteria (UFC) standards. This initiative is crucial for ensuring the safety and efficiency of vehicle inspections at the USSTRATCOM Gate, with an estimated construction cost ranging from $10 million to $25 million. Interested prime contractors with a bonding capability of at least $10 million must submit their responses, including relevant company information and project experience, by October 9, 2024, as the anticipated solicitation is expected to be issued in April 2025.
    Repair Purple Heart Drive Pavement - Dover AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Purple Heart Drive pavement at Dover Air Force Base in Delaware. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the repairs, which include milling, compaction testing, and paving with specific asphalt mixes, all coordinated with Base Civil Engineering. This work is critical for maintaining the infrastructure of the base, ensuring safe and efficient transportation within the facility. Interested small businesses must contact TSgt Joshua Brooks at joshua.brooks.14@us.af.mil or 302-677-5232, or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil or 302-677-5545, with the total period of performance estimated at 104 days from the Notice to Proceed.
    Carpet Replacement at Seymour Johnson AFB
    Active
    Dept Of Defense
    The Department of Defense is soliciting proposals for carpet replacement services at Seymour Johnson Air Force Base (SJAFB) in North Carolina, specifically for Buildings 4534 and 5015. The project entails the removal of existing broadloom carpet and the installation of carpet tiles, requiring contractors to provide all necessary labor, materials, and equipment in accordance with the Air Force Carpet Acquisition Program and applicable standards. This procurement is significant for maintaining and upgrading military infrastructure, with a total contract value estimated at approximately $19 million, specifically set aside for small businesses. Interested contractors should RSVP for a mandatory site visit scheduled for September 10, 2024, and submit their proposals by the extended deadline as outlined in the solicitation amendments. For further inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Aaron VanVynckt at aaron.vanvynckt.1@us.af.mil.
    MHMV210015 Alter B737 and B733 Munitions Area
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the alteration of the B737 and B733 Munitions Area at Kirtland Air Force Base in New Mexico. The project involves minor interior renovations of two buildings, with a construction magnitude estimated between $1,000,000 and $5,000,000. This procurement is crucial for maintaining operational readiness and safety at the base. Interested small businesses must submit their bids electronically by September 23, 2024, with a site visit scheduled for August 19, 2024. For further inquiries, potential bidders can contact Kelly McGrath at kelly.mcgrath.1@us.af.mil or by phone at 505-846-3707.
    Maintain and Repair Pavements
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a contract to maintain and repair pavements at the San Diego Air National Guard Station. The contractor will be responsible for providing all necessary resources, including labor, materials, equipment, and supervision, to complete the work in accordance with the provided specifications and Statement of Work (SOW). This procurement is crucial for ensuring the safety and functionality of the air station's infrastructure, which supports military operations. Interested small businesses should note that this opportunity is a Total Small Business Set-Aside, and they can contact Carmen Ridener at carmen.ridener@us.af.mil or 210-671-3246 for further details. The contract award will be contingent upon the availability of appropriated funds, with an amendment issued on September 13, 2024, updating wage rate requirements and providing additional information from a pre-bid conference.