The RFP Database
New business relationships start here

Repair (Replace) Airfield Lighting Circuits & Wind Socks-Phase A


Kentucky, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 is to repair the airfield lighting system by replacing the airfield lighting cables, replacing the duct banks through which the cables are routed, and replacing or upgrading the following airfield lighting subsystems to which the cables provide power: Runway Edge Lights, Taxiway Edge Lights, Runway Distance Remaining Signs, Runway 05 and 23 Approach Lights (home runs only), Runway 05 and 23 Precision Approach Path Indicators (PAPIs), and Runway 05 and 23 Wind Socks. Circuits: Unified Facilities Criteria (UFC) 3-535-01 Visual Air Navigation Facilities provides guidance on the sustainment criteria for airfield lighting systems. Wind Sock Assemblies: UFC 3-535-01 para 10-2. Wind indicators (cones or socks) are to be installed near landing surfaces to provide a clear indication of the direction of the surface wind and a general indication of wind speed.


Contract duration is estimated at 540 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 238210. 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 on 6/27/2019 by 10:00 AM Eastern Standard Time.


Responses should include:


1. Identification and verification of the company's small business status.
2. Contractor's Unique Identifier Number 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 - Provide no more than three (3) example projects with greater than 95 percent completion or projects completed in the past five (5) years in which the interested firm served as the prime contractor. Example projects must be of similar 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. For each example project include original contract amount, pending and actual modification cost, pending and actual claims. Demonstrated experience includes self-performing 15% of the construction.


a. Projects similar in scope to this project include:


Airfield Lighting & Navigational Aid (NAVAIDS) upgrade. In order to be considered similar, projects shall demonstrate experience with site/civil work (e.g. airfield drainage), installation of a pullcan plaza system, and electrical vault modifications.


b. Projects similar in size to this project include:


• Airfield Lighting with over 400,000 Linear Feet (LF) of electric cable replacement and over 100 runway edge light installation.


c. Based on the information above, for each project submitted, include:


a. Current percentage of construction complete and the date when it was or will be completed.
b. Scope of the project.
c. Size of the project.
d. The portion and percentage of the project that was self-performed.
e. The dollar value of the construction contract and whether it was design-bid-build or design-build.
f. 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).
g. Identify the number of subcontractors by construction trade utilized for each project.
h. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits.


5. 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.


Email responses to Adam Wantland. If you have questions please contact Adam Wantland at Adam.Wantland@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. 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.


Adam Wantland, Intern Contracting Specialist, Phone 5023156197, Email Adam.Wantland@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP