Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

Z -- Aprons and Taxiways at Airfield, Ft. Bliss, TX

Notice Date
8/14/2020 11:36:13 AM
 
Notice Type
Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G20R0055
 
Response Due
9/8/2020 8:00:00 AM
 
Archive Date
09/23/2020
 
Point of Contact
Eugene A. Gibbs, Phone: 8178861069
 
E-Mail Address
Eugene.a.gibbs@usace.army.mil
(Eugene.a.gibbs@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
14 Aug 2020: Amendment 0001 is hereby issued on 14 Aug 2020.� 10 Aug 2020: Attachments were reuploaded just in case KTRs were unable to access and open the documents. CONTRACT INFORMATION: This solicitation is for a 100% small business set aside acquisition to make necessary repairs of the Aprons and Taxiways at the Airfield, Fort Bliss, TX. The proposed project will be a competitive, firm-fixed price, Design Bid Build contract. Firms will be selected based on demonstrated competence and qualifications for the required work.� The North American Industrial Classification System code is 237310, which has a size standard of $36.5 million. A firm-fixed-price contract will be awarded. The contract is anticipated to be approximately awarded in September 2020. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://www.sam.gov/.� No state level certifications will be accepted. PROJECT INFORMATION:� This is a Fully-Designed Project.� Project will include the following: Remove approximately 98,000 Square Yards of PCC pavement varying in thickness between 8 inches and 24 inches and replace with approximately 77,000 SY of 11-inch PCC pavement with a stabilized drainage layer and subdrain system.� New PCC pavement shall conform to 32 13 14.13 CONCRETE PAVEMENT FOR AIRFIELDS AND OTHER HEAVY-DUTY PAVEMENTS with very stringent fine and coarse aggregate deleterious materials limits unique to military airfield pavement construction, weather severity classification of moderate, enforcement of evaluation and testing for Alkali-Silica Reactivity per UFGS 32 13 14.13 requirements for both fine and coarse aggregates and all other aggregate quality tests as required in UFGS 32 13 14.13.� Removal of approximately 2,780 Square Yards of 4-inch hot-mix asphalt pavement and replacing with 2,780 SY of 4-inch hot-mix asphalt pavement conforming to UFGS 32 12 15.13 HOT-MIX ASPHALT AIRFIELD PAVING.� Additionally, the project includes the installation of preformed and poured joint sealant in new PCC pavements; removal and replacement of pavement markings; installation of mooring and grounding points; installation of the subdrain system; existing PCC pavement patch and repair; route and reseal of existing PCC joints and random cracks within existing pavements to remain; remove vegetation from existing asphalt pavement; Apply asphalt rejuvenator to existing asphalt pavement; removal and replacement of taxiway edge lighting; application of a dust palliative on the unpaved shoulder areas and unpaved areas disturbed by grading; and moderate grading. The project is divided into a basic contract and 9 options.� The basic contract, options #1, #2 and #3 will remove and replace the existing �Heavy Ramp�; Options #4, #5, #6, #7 and #8 consist of patching and repairing and applying pavement rejuvenator to various taxiways and aprons throughout the airfield.� Option #9 consists of demolishing existing concrete ramps that are no longer required for airfield operations, installing new taxiway edge lighting and re-grading. The United States Army Corps of Engineers (USACE) is committed to excellence in the construction activity for this requirement. The construction of this project shall achieve the highest quality of operations and aesthetics in meeting the requirements of the design while at the same time being cost effective. The Primary Point of Contract for this project is Eugene A. Gibbs, Contract Specialist, email is Eugene.A.Gibbs@usace.army.mil.� All questions MUST be received through email for record. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the websites daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the beta.sam.gov address after solicitation issuance. Questions will be answered only in Projnet. �Contractors shall register themselves at this website under the solicitation number to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/162861c47fea4902a1b5e93a85789761/view)
 
Place of Performance
Address: Fort Bliss, TX, USA
Country: USA
 
Record
SN05758649-F 20200816/200814230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.